Solicitation Number: VA-247-14-Q-0793
Notice Type: Combined Synopsis/Solicitation
Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA-247-14-Q-0793 and is issued as a COMBINED SYNOPSIS/SOLICITATION
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)
(iv) This solicitation is issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 423450, and the size standard is 100 employees.
(v) This requirement consists of the following:
Item No. Description Qty Unit of Unit Total
Measure Price Price
1 REICHERT 11625B MINUS CYLINDER 2 EA $____ $____
ULTRAMATIC RXMASTER PHOROPTOR
REFRACTOR, BLACK
2 OMEGA REFRACTING CABINET 2 EA $____ $____
3 OMEGA REFRACTING SYSTEM PC 2 EA $____ $____
EXTENSION WITH NO-CHIP EDGE
BANDING
4 RELIANCE 7900 NC FLOOR UNIT WITH 2 EA $____ $____
WHEELCHAIR MODIFICATION #20 PEARL
5 RELIANCE FX-920 L CHAIR #20 PEARL 2 EA $____ $____
6 RELIANCE CUSHION SET, 301 BLACK 2 EA $____ $____
7 RELIANCE 940 CHAIR GLIDE SYSTEM 2 EA $____ $____
8 HAAG-STREIT 900 BQ LED SLIT LAMP, 2 EA $____ $____
UNIT MODEL
9 HAAG-STREIT BP/BQ/BX APPLANATION 2 EA $____ $____
TONOMETER
10 HAAG STREIT SPECIAL DISCOUNT 2 EA $____ $____
11 LOMBART CVS PC ACUITY SYSTEM 2 EA $____ $____
12 LOMBART METAL TRIAL FRAME 2 EA $____ $____
13 HEINE BETA 200 STREAK 2 EA $____ $____
RETINOSCOPE,3.5V
14 HEINE FINOFF TRANSILLIMINATOR 2 EA $____ $____
3. 5V
15 HEINE BETA 200 OPHTHALMOSCOPE 2 EA $____ $____
16 HEINE BETA WELL HANDLE, 3.5V 6 EA $____ $____
17 HEINE OMEGA 500 LEDHQ UNPLUGGED 2 EA $____ $____
WITH HC50L RHEOSTAT BATTERY &
EN50U WALL CHARGER
18 TOPCON TRC-NW8 RETINAL CAMERA 2 EA $____ $____
W/IMAGENET R4 DIGITAL IMAGING
SYSTEM & NIKON CAMERA
19 TOPCON KR-800 AUTO 2 EA $____ $____
REF-KERATOMETER
20 TOPCON CL-300 COMPUTERIZED 2 EA $____ $____
LENSMETER WITH PRINTER
21 REICHERT AVIA TONOPEN 2 EA $____ $____
22 ACCUTOME PACHPEN 2 EA $____ $____
23 MARCO CORRECTED CURVE CUSTOM 2 EA $____ $____
DELUXE TRIAL LENS SET W/PLUS
CYLINDERS ONLY NO CASE
24 HEINE BETA WALL PLUG HANDLE 2 EA $____ $____
3.5v
25 ISHIHARA 14 PLATE BOOK TEST 2 EA $____ $____
CHART
26 VOLK 20D LARGE ASPHERIC LENS 2 EA $____ $____
CLEAR (50MM)
27 VOLK 90D SMALL ASPHERIC LENS 2 EA $____ $____
CLEAR (21.5MM)
28 VERTICAL PRISM BAR 2 EA $____ $____
29 HORIZONTAL PRISM BAR 2 EA $____ $____
30 S-16 LOOSE PRISM SET 2 EA $____ $____
31 BREWER NEW MATIC STOOL 301 2 EA $____ $____
BLACK
32 VOLK VG4HAN2 4 MIRROR GONIO 2 EA $____ $____
LENS WITH 2 IN 1 HANDLE
33 VOLK VSFNC SUPERFIELD NC LENS 2 EA $____ $____
34 OCULAR OS4M SUSSMAN FOUR MIRROR 2 EA $____ $____
GONIOSCOPE
35 LORGNETTE PINHOLE OCCLUDER 2 EA $____ $____
36 OPERATORS/SERVICE MANUAL 1 EA $____ $____
W/SCHEMATICS
Total $___________
(vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources
(vii) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation.
The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.
To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:
1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items.
2. If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature.
3. If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items.
4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov
(viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award.
(ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission.
(x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44
(xi) n/a
(xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition
(xiii) n/a
(xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than June 4, 2014, 2pm EST to Janica Francis-Hunter, NCO 7 Contract Specialist e-mail
[email protected]. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered.
(xv) Site Visit: N/A
(xvi) QUOTES/OFFERS ARE DUE June 6, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis-Hunter, NCO 7 Contract Specialist e-mail
[email protected]. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award.
(xvii) Contact information
Contracting Office Address:
Network Contracting Office 7-SAO EAST
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412
Primary Point of Contact:
Janica Francis-Hunter, NCO 7 Contract Specialist
[email protected]
843-789-6448
Bid Protests Not Available