COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25218Q0560
Posted Date:
Friday, May 25, 2018
Original Response Date:
Thursday, June 07, 2018
Current Response Date:
Thursday, June 07, 2018
Product or Service Code:
6540
Set Aside (SDVOSB/VOSB):
SDVOSB set-aside
NAICS Code:
339115
Contracting Office Address
Department of Veterans Affairs
Great Lakes Acquisition Center (GLAC)
115 South 84th Street, Suite 101
Milwaukee, WI 53214
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-97, effective January 24, 2018.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339115 (Ophthalmic Goods Manufacturing) with a small business size standard of 1000 employees.
The Department of Veterans Affairs, VA Illiana Health Care System, 1900 East Main Street in Danville, IL 61832 is seeking to purchase 2 Ophthalmic Sets with Delivery, Installation and full warranty to allow the high standard of Eyecare to continue for Our Nation s Veterans within the VA Illiana Health Care System located in Danville, IL 61832.
All interested companies shall provide Quotes for the following:
Supplies
Line Item
Description
Quantity
Unit Price
Total Price
0001
ITEM NUMBER: CS0MA1220MG
(BRAND NAME ONLY)
Marco Encore Automatic Chair, Misty Grey, 1280 Upholstery Color Required
2 EACH
0002
ITEM NUMBER: CS0MA1281BL
(BRAND NAME ONLY)
Marco Standard Upholstery Set for Encore, Black
2 EACH
0003
ITEM NUMBER: CS0MA1206MGFG
(BRAND NAME ONLY)
Marco Deluxe Stand, Misty Grey
2 EACH
0004
ITEM NUMBER: CS1MA1204MG
(BRAND NAME ONLY)
Marco Counterbalanced Keratometer Arm, Misty Grey
2 EACH
0005
ITEM NUMBER: CS1MAGLD940
(BRAND NAME ONLY)
Marco Chair Glide System for Wheelchair Accessibility
2 EACH
0006
ITEM NUMBER: RE0RE11625B
(BRAND NAME ONLY)
Reichert 11625B Minus Cylinder Ultramatic RxMaster Phoroptor, Black
2 EACH
0007
ITEM NUMBER: SL0HS900BQLEDU
(BRAND NAME ONLY)
Haag-Streit 900 BQ LET Slit Lamp,
Unit Model
2 EACH
0008
ITEM NUMBER: TO0HS0016
(BRAND NAME ONLY) Haag-Streit BP/BQ/BX Applanation Tonometer (Alcohol on Prism Voids Warranty)
2 EACH
0009
ITEM NUMBER: ST0MACRS2157BBK
(BRAND NAME ONLY) Marco Pneumatic Stool with Back, Black
(special order)
2 EACH
0010
ITEM NUMBER: CP0RE13775
(BRAND NAME ONLY) Reichert Clear Chart 4X Digital Acuity System
3 EACH
0011
ITEM NUMBER: 1O0KEAPDLWSFG
(BRAND NAME ONLY ) Keeler Wireless All Pupil II LED Convertible Indirect w/ Slimline Charging Station
3 EACH
0012
ITEM NUMBER: IL0VO20LGC
(BRAND NAME ONLY) Volk 20D Large Aspheric Lens, Clear (50mm)
2 EACH
0013
ITEM NUMBER: IL0VO90SMC
(BRAND NAME ONLY) Volk 90D Small Aspheric Lens, Clear (21.5mm)
2 EACH
0014
ITEM NUMBER: IL0VO78SMC
(BRAND NAME ONLY) Volk 78D Small Aspheric Lens, Clear (31mm)
2 EACH
0015
ITEM NUMBER: HI0WA41100
(BRAND NAME ONLY) Welch Allyn 41100 3.5v Halogen Finnoff Transilluminator
2 EACH
0016
ITEM NUMBER: HI0WA11720
(BRAND NAME ONLY) Welch Allyn 11720 3.5v Halogen Coaxial Ophthalmoscope
2 EACH
0017
ITEM NUMBER: HI0WA18245
Welch Allyn 18245 Elite Streak Retinoscope
2 EACH
0018
ITEM NUMBER: HI0WA71670
(BRAND NAME ONLY) Welch Allyn 71670 3.5v NiCad Well Handle (Must be charged 18-24 hours before use)
6 EACH
0019
ITEM NUMBER: TL0LOFDTLSMFG
(BRAND NAME ONLY) Lombart Full Diameter Trial Lens Set with Minus Cylinders in Case
2 EACH
0020
ITEM NUMBER: LE0TOLM8E
(BRAND NAME ONLY) Topcon LM-8E Lensmeter with External Scale, AC Adapter Optional
3 EACH
0021
ITEM NUMBER: ZZMZZDELIVERY
Delivery and Installation (MUST BE AUTHORIZED BY OEM)
2 Units/all products
GRAND TOTAL
$
Services
1. All line items (CLINs) for the Ophthalmic Sets will need to be delivered to the Department of Veterans Affairs, VA Illiana Health Care System at 1900 East Main Street, in Danville, IL 61832. Since there is limited space at the VA CBOC, all items must be delivered to the VA in Danville, IL.
2. All lines items will be installed at the Department of Veterans Affairs, Community Based Out-Patient Clinic, located at 3035 East Mound Road, in Decatur, IL 62526. This new Ophthalmic Equipment will enable the Decatur CBOC to give Our Nations Veterans the most up-to-date- eyecare, instead of having to travel to a main VA Medical Facility. This equipment will enable the Danville and Decatur VA to deliver Eye healthcare to many Veterans in the local area.
3. (Line item 0021), the Installation, MUST be performed by the OEM, or an authorized distributor who can confidently install the new Ophthalmic Sets and test this equipment and ensure its absolute brand-new working order. This OEM or authorized distributor must also be confident in the installation of Ophthalmic Sets, and understand the many issues with installation/set-up that can show up during this time and know how to find ways to solve these problems. This installation of the 2 sets of Ophthalmic Equipment will include the unpacking and set-up of the new equipment and attachments, the complete setup the new Ophthalmic equipment and attachments, the complete installation of Ophthalmic Equipment, and an after-action test run, whereby the vendor can ensure that the Ophthalmic Equipment is in new working order and has no defects upon inspection and can ensure the new working order of the Ophthalmic Equipment.
The delivery/task order period of performance is as soon as possible after contract award has occurred.
Delivery shall be provided no later than 30 days after receipt of order/award of contract. All quotes are requested to be submitted to CO as FOB destination.
Place of Performance
Address:
Department of Veterans Affairs
VA Illiana Health Care System
1900 East Main Street
Danville, IL
Postal Code:
61832
Country:
UNITED STATES
Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, days for completeness, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor for meeting the requirement , (2) past performance, and (3) price.
Award will be made in accordance with FAR 13.106-2(b)(3), by using Comparative Value, which will help determine Best Value for the Government. This is determined by first determining acceptability of quote by ensuring all requirements are noted within. Comparative Value is the act of comparing two or more quotes in response to a Request for Quotes. The item-by-item comparison is performed by comparing each offer to one another to determine which provides the best benefit to the Government. The Government reserves the right to select a response that provides the best benefit to the Government that meets all requirements. Even though quotes may exceed the stated requirement, the Government is not requesting or accepting alternate quotes; each response must respond to this solicitation requirement statement. The CO recommends all offerors notice the J & A for Brand Name items only. If submissions are received that contain different items from the noted above line items, that submission will be deemed technically unacceptable.
For a submitted quote to be deemed acceptable, an offeror s quote must have the 21-line items (CLINs) specifying your company s price for each, a clear Subtotal, and an educated estimate regarding shipping time for items. An offerors quote must also include the Authorized Distributor letter, On OEM letterhead. This item will not be overlooked. Considering Best Value, Relative importance of each factor is equal with regards to other factors. This award will NOT be based on LPTA (Lowest Price Technically Acceptable) or trade-off process.
The Technical Capability Factors requires all quotes submitted to also have the same 21-line items that matches this notice, and the required statement regarding terms and conditions of contract as noted in the lower part of this notice.
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 Items JAN 2017
Language for prevention of Grey Market Item
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.ÃÂ No remanufactures or gray market items will be acceptable.
ÃÂ
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.ÃÂ All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.ÃÂ Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.ÃÂ
FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. 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 Items JAN 2017
And Includes all addenda to FAR 52.212-4.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2018
The following VAAR Clauses apply to this acquisition:
VAAR 852.203-70, Commercial Advertising JAN 2008
VAAR 852.211-70, Service Data Manuals NOV 1984
VAAR 852.211-75, Product Specifications JAN 2008
VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Businesses Set-Aside JUL 2016 (DEVIATION)
VAAR 852.232.73, Electronic Submission of Payment Request NOV 2012
VAAR 852.246-70, Guarantee JAN 2008
VAAR 852.246-71, Inspection JAN 2008
All Offerors shall submit the following:
1. Your quote on company letterhead matching line items on this notice (Please note Justification for Brand Name Items).
2. Your quote noted as FOB Destination .
3. The below noted statement written below your company s quote.
5. Authorized distributor letter from OEM.
All quotations shall be sent to the Contracting Officer, by email only to
[email protected].
This is an open-market combined synopsis/solicitation for products and services, as defined herein.ÃÂ ÃÂ The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
Offeror shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 11:59 PM CST, Thursday, June 07, 2018 , email address
[email protected]. Hand delivery and fax will not be methods acceptable for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offerors are responsible for submitting offers and quotes to reach the Contracting Officer designated in the solicitation by the time and means specified in the solicitation.
As a SDVOSB, all inquiries must and will be verified by Contracting Officer before proceeding through any submissions, by verifying the SDVOSB is registered in https://www.vip.vetbiz.gov/
In accordance with VAAR 810.001-70 Market Research Policy.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Shari Lee at
[email protected].
Point of Contact
Shari Lee, Contracting Officer;
[email protected] .
Bid Protests Not Available