Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOLICITATION NOTICE

65 -- 36C242-24-AP-3798-Equipment- Autorefractor-Glare test (VA-24-00095824)

Notice Date
8/7/2024 6:32:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0890
 
Response Due
8/14/2024 12:00:00 PM
 
Archive Date
11/21/2024
 
Point of Contact
Lorraine Hussain, Contract Specialist
 
E-Mail Address
Lorraine.Hussain@va.gov
(Lorraine.Hussain@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-05 (eff. April 2024) This solicitation is a total set-aside for Service-Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size of 1,000 employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment and Supplies. The Western NY VA Health Care in Buffalo NY is seeking to purchase a Brand Name or equal Autorefractor/Glare Tester for this requirement the referenced Brand is the Topcon KR-800S Auto Keratometer-Refractometer with Subjective and glare testing for their Optometry clinic. All interested companies shall provide quotations for the following: Line-Item Number, Description details, Quantity, Unit of Measure, Unit of Price, Total Price, and Grand total Price. Please ensure that your quote covers the cost for everything requested in the SOW. We must see the breakdown of every line item. Equipment Line Item Description Quantity Unit of Measure Unit Price Total Price Base period 08/25/2024-11/25/2024 0001 Brand Name or Equal Topcon KR-800S Autorefractor, Keratometer with Subjective and glare testing, includes FOB destination to clinic. 1 each Total: $ STATEMENT OF WORK (SOW) 1. Contract Title. Auto Kerato-Refractometer with Glare Testing 2. Background. The Department of Veterans Affairs, Network Contracting Office 2 and the VAWNYHS are requesting a brand name or equal for a requirement to procure one (1) Topcon KR-800S Auto Kerato-Refractometer with Glare Testing. 3. Scope. The requested items are needed by the ophthalmology department to diagnose various eye problems, such as astigmatism, glare in the eyes, and can measure corneal dimensions. We are requesting brand name or equal and the referenced brand is Topcon Model 800S comes with many features not present in other similar brands on the market. Brand Name or equal Autorefractor would have to be able to perofmr all the requirements listed under requirements below. 4. Requirements. Auto Keratometer-Refractometer With Glare Testing Auto measure Far and Near visual acuity Glare visual acuity Grid chart Test Contrast visual acuity 5-in-1 use (objective and subjective refraction testing, glare test, grid chart test, and contrast test Rotary Prism Technology Compact, ergonomic design EMR Compatability 4.2 SERVICE - The Buffalo VA Medical Center requires that vendors can provide the following equipment, services and information delivered FOB Destination to the Western NY VA in Buffalo NY and Vendors must provide educational resources to facility and end users of the product. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. CONTRACT CLAUSES 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) Addendum to FAR 52.212-4-The following clauses are incorporated into this addendum by reference in accordance with FAR 52.252-2. (end of addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) 52.225-1 BUY AMERICAN SUPPLIES AND PROVISION 52.225-2 BUY AMERICAN CERTIFICATE 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) SOLICITATION PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023), applies to this acquisition. Addendum to FAR 52.212-1, The following provisions incorporated into this addendum by reference in accordance with FAR 52.252-1. The Provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024). {end of addendum} 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) All quotes must be sent to the NCO 2 at Lorraine.Hussain@va.gov. Award will be based in accordance with the Simplified Acquisition Procedures of FAR 13. The quotes will be evaluated by LPTA as well as the Technical criteria included in the SOW. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than August 14th 2024, 3:00pm EST at Lorraine.Hussain@va.gov. Telephonic communication will not be accepted, all and any matter regarding this combined synopsis/solicitation must be sent by email to Lorraine.Hussain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Lorraine Hussain, Contracting Officer, 585-393-8526, and Loraine.Hussain@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e37c713017554bac80f776bd562cd5fc/view)
 
Place of Performance
Address: Department of Veterans Affairs Western NY Healthcare 3495 Bailey Avenue, Buffalo 14215-1129
Zip Code: 14215-1129
 
Record
SN07160905-F 20240809/240807230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.