SOLICITATION NOTICE
65 -- Handheld Refractometer/Keratometer
- Notice Date
- 8/20/2024 9:56:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25224Q0761
- Response Due
- 8/27/2024 2:00:00 PM
- Archive Date
- 09/11/2024
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- 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 2024-05 (effective 05/22/2024). This solicitation is 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 or 339113 Surgical Appliance and Supplies Manufacturing. The small business size standard of 1,000 employees and 800 employees respectively. The FSC/PSC is 6530, Hospital Furniture, Equipment, Utensils, And Supplies. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), VA Illiana Health Care System, located at 1900 East Main Street, Danville, IL 61832-5198 has a requirement for handheld refractometer/keratometer. The autorefractor will be used to determine the refractive status of the eye to assist with providing prescriptions for glasses. Handheld models are essential to facilitate assessments for veterans not capable of transferring to the examination chair. All interested companies shall provide quotations for the following: Schedule of Supplies Brand name or Equal: Nidek HANDHELD REF/KERATOMETER Line Item Product Number Description Qty Unit of Measure Unit Price 0001 HANDYREF-K HandyRef-K Portable AutoRefractor/Keratometer 1 EA 0002 MANUAL Manual - Operator & Service 1 EA 0003 WARRANTY 12 Month Warranty 1 EA Salient Characteristics Must have Color LCD Screen; minimum screen size 3.5 Must have Super luminescent diode (SLD) light source Must have portable base Must have lithium-ion battery; minimum of 60 mins of continuous use Auto Refractometer minimum measurement range: Sphere -20 to +20 D (VD=12mm), (0.12/0.25 D increments) Cylinder 0 to 12.00 D (0.12/.025 D increments) Axis 0 to 180 degrees (1 degree/5-degree increments) Pupil Diameter 2mm Auto Keratometer minimum measurement range: Curvature radius 5.00 to 13.00 mm (0.01 mm increments) Refractive power 25.96 to 67.50 D (0.12 / 0.25 D increments) Cylindrical power 0 to 12.00 D (0.12 / 0.25 D increments) Axis 0 to 180º (1° / 5° increments) Sagittal 25º each from the center (superior side, inferior side, temporal side, nasal side) Pupil size range 1.0 to 10.0 mm (0.1 mm increments) This is a brand name or equal requirement in accordance with FAR 52.211-6. The purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. Equal products must meet the salient physical, functional, and/or performance characteristic specified. Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. Period of Performance All equipment will be delivered and installed within 60 days from receipt of award. Place of Performance/Place of Delivery All equipment will be delivered F.O.B. Destination at no cost to the government. Address: VA Illiana Health Care System 1900 East Main Street Danville, IL Postal Code: 61832-5198 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.214-21, Descriptive Literature (APR 2002) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023) VAAR 852.219-73, VA Notice to 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 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024) The following subparagraphs of FAR 52.212-5 are applicable: Refer to Attachment 1: FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Evaluation Refer to Attachment 2: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Features Delivery Date Warranty Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Offerors All quoters shall submit the following: Refer to Attachment 3: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. 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 5:00pm on August 27, 2024. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@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 Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f7025c30ae1400e802407851267222c/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Illiana Health Care System 1900 East Main Street, Danville, IL 61832-5198, USA
- Zip Code: 61832-5198
- Country: USA
- Zip Code: 61832-5198
- Record
- SN07178541-F 20240822/240820230126 (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 |