Combined Synopsis-Solicitation for Commercial Items
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5
Original Date: 10/12/17
Revision 04 Date: 06/10/20
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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-2 11-23-2020
This solicitation is set-aside for
SDVOSB/VOSB
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000.
The FSC/PSC is 6515
The Ralph H Johnson VAMC, 109 Beed Street, Charleston, SC 29401 is seeking to purchase Laser Trabeculoplasty
All interested companies shall provide quotations for the following:
Supplies
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
Lumenis Selecta Duet Laser System
LOCAL STOCK NUMBER: GAS910000LED
0002
1.00
JB
__________________
__________________
Installation, Calibration & On-Site Training
LOCAL STOCK NUMBER: INSTALL
GRAND TOTAL
__________________
Delivery shall be provided by 01/31/2021
Place of Performance/Place of Delivery
Address:
1800 Airpark Dr.,Myrtle Beach,
Postal Code:
29577
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 Items (June 2020) The following clauses are incorporated into 52.212-1 as an addendum to this contract: 52.204-7;52.204-16; 52.216-1;52.233-2;52.252-1; VAAR 852.215-72
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2020)
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 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 (Oct 2018)
The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.211-6; 852.212-70; 852.212-71; 852.232-72;852.233-70;852.233-71; 852.246-71; 852.247-73.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2020) The following clauses are incorporated into 52.212-5 as an addendum to this contract: 52.225-1; 52.232-33
All quoters shall submit the following: one copy of this solicitation document. Quoters shall reference RFQ No. 36C24721Q0124 in the subject line of the electronic responses
All quotes shall be sent to the Lesley Kitchen Contract Specialist;
[email protected]
The following are the decision factors:
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 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 12/10/2020 @ 3PM Eastern Time. Email quotes only will be accepted to Contract Specialist,
[email protected]. Oral quotes will not be accepted.
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
Contracting Office Address:
Lesley Kitchen, Contract Specialist
Network Contracting Office 7
Ralph H Johnson VA Medical Center
Department of Veterans Affairs
109 Bee Street
Charleston, SC 29402
BRAND NAME REQUIREMENT JUSTIFICATION
FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES
1. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED: The Cardiology Department of the Ralph H Johnson VA Medical Center, Charleston, South Carolina is currently needing a Laser Trabeculoplasty for the new CBOC in Myrtle. This system will be used in the eye clinic to treat patients. 2237: 534-21-1-5679-0025
2. JUSTIFICATION FOR SOLICITING A BRAND NAME: The Smart Selecta Duet is a all-in-one anterior segment laser platform, that includes both SLT and YAG. Therefore, allowing a physician to treat all the anterior segment laser procedures of SLT, Iridotomy, Capsulotomy and Posterior Keratectomy (including vitreous opacities illumination). Upgradable: Only SLT/YAG system that is upgradable at any time to include floaters (Smart-V) and/or green photocoagulator (Smart532) and sub-threshold capabilities (Smart Pulse ). Two legs table- ADA compliant: The only SLT/YAG system that is truly ADA compliant, therefore allows true wheelchair accessibility with convenient control features. Superior illumination and optics with Smart-V : On-axis and off-axis illumination in SLT and YAG treatments. Red reflex free (with Smart-V): two converging light beams that allow superior visibility of the vitreous without red reflex. Stable illumination solution that always enables visualization of the treatment area (no flickering). Manufactured in the USA: The only SLT/YAG system that is manufactured in the US. Local service: Rapid service with more than 50 field service engineers across the US that are committed to fast on-site response. Lowest optical breakdown in the market. Smart Selecta Duet features a highly accurate Super Gaussian beam profile in order to achieve optical breakdown or photo disruption with the lowest possible energy levels. The only SLT/YAG system from the inventor of both SLT and YAG technologies in ophthalmology, with the most robust clinical data on SLT. Using the brand name description in the procurement is essential to the Government s requirement.
3. EFFORTS TO OBTAIN COMPETITION: A search conducted in VIP Verbize revealed 3 certified SDVOSB/VOSB listed. A Sources Sought was sent via email to all 3 Certified SDVOSB/VOSB vendors. A search in GSA under 65IIA Equipment and Supplies Medical SIN A-36 Ophthalmic Units was also completed. The search revealed 22 vendors, 2 were SDVOSBs. Additionally, a search was done in FPDS-NG and it was found that these products were purchased through Lumenis or a distributor of Lumenis.
4. STEPS TO PRECLUDE FUTURE BRAND NAME AWARDS: There are no other known vendors capable of providing this product. Lumenis is the sole manufacturer and exclusive provider. Only Lumenis or their authorized distributors can provide the required products for this procurement. Ralph H Johnson VA Medical Center will continue to advocate brand name or equivalent specification for equipment purchased by VA Medical Centers and will continue to monitor and seek to identify other vendors that may meet the VA s specialized needs.
5. OTHER FACTORS: Lumenis is the leading provider of SLT glaucoma equipment to the V.A. and D.O.D. Lumenis SLT is the preferred choice of leading ophthalmic institutions in the USA and has the most comprehensive installed base. Proprietary Advanced Laser Design: The Selecta automatically runs internal tests to ensure that every laser pulse meets your exact power requirements. An advanced secondary control unit guarantees the power accuracy of each laser shot. A unique temperature controlled KTP crystal ensures the continuous accuracy and stability of the 532 nm (green) laser beam. Advanced component selection, laser delivery technology and enhanced slit lamp optics provide you with consistently optimal performance from this robust laser platform.
CONTRACTING OFFICER S DETERMINATION: I have determined, in accordance with FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a brand name is reasonably available.
Bid Protests Not Available