THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of providing the required equipment.
2. The NAICS for this requirement is NACIS 339112 Surgical and medical instrument manufacturing.
3. Interested and capable Contractors should respond to this notice not later than 12:00 PM (PST) on February 18, 2020 by providing the following via email only to Marie Irvin at
[email protected].
Please provide the following:
a) company name
b) address
c) point of contact
d) phone, fax, and email of primary point of contact
e) DUNS number
f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged Business, or Small Business).
g) A capability statement that addresses the organization s qualifications and ability to provide the required equipment with warranty to the VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego CA 92161. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar equipment.
4. SDVOSB/VOSB respondents.
a) If respondent is SDVOSB or VOSB, respondent is encouraged to provide proof of https://www.vip.vetbiz.va.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested equipment keeping within the parameters of this clause.
b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows:
In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, a SDVOSB/VOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree, in the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to its firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
5. Required Equipment: The Veterans Integrated Service Network 22 (VISN-22), VA San Diego Healthcare System (VASDHS) is seeking a contractor that can provide the following:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
__________________
__________________
ZEISS OS \F\ ZEISS SL 120, INCLUDES TRAY & PIN ASSY AND\F\ BINOCULAR - MUST CHOOSE PARALLEL OR CONVERGENT BINOCULAR \F\ EA\F STK#266002-1155-717-PRO 3 Each
0002
__________________
__________________
ZEISS OS \F\ IT760 TABLE (SLIT LAMPS) \F STK#000000-1739-544-PRO 3 Each
0003
__________________
__________________
ZEISS OS \F\ APPLANATION TONOMETER AT020 \F STK#319300-9231-000-PRO 3 Each
GRAND TOTAL
__________________
Salient Characteristics
Carl Zeiss Meditec SL 120.
1) Essential/significant physical, functional, or performance characteristics.
a) Compatibility - Does it need to be compatible with another system, i.e. CPRS?
i) Answer: NO it does not need to or be compatible.
b) Dimensions What are the height, width, and length of the equipment?
i) Answer: Weight Basic instrument 9.75 kg (21.49 lbs.); headrest 1.25 kg (2.76 lbs.)
ii) Dimensions of basic instrument (W x H x D) 300 mm x 430 mm x 355 mm 11.8 in x 16.9 in x 13.9 in
c) Weight What is the weight?
i) Answer: Weight Basic instrument 9.75 kg (21.49 lbs.); headrest 1.25 kg (2.76 lbs.)
d) Industry Standard Describe Industry Standard.
i) Magnification 5x, 8x, 12x, 20x, 32x with 10x eyepieces 6x, 10x, 16x, 25x, 40x with 12.5x eyepieces Field of view diameter 40 6 mm with 10x eyepieces 31 5 mm with 12.5x eyepieces Eyepiece magnification Optionally 10x or 12.5x super high-eyepoint eyepieces, compensation of ametropia ±8 D Width of slit image Continuous from 0 to 14 mm Length of slit image In steps 0.3 / 3.5 / 8 / 14 mm; continuous 1 6 mm Rotation of slit image Continuous ±90° Decentration of slit image ±4° horizontally, click stop at 0° Swivel range of slit projector 180°, scale for angular difference; click stops at 10° / 0° / +10° Angle of incidence 0°; 0° 20° tiltable with tiltable prism head* Filters Blue, green (red-free), swing-in; heat-reflecting filter, permanently integrated; diffusing screen, swing-in
e) Purpose Why do you need the equipment?
i) To view Diagnose anterior segment, posterior segment of the eye.
f) Governing Body or Organization What is the governing body or organization?
Complete generic identification
Describe the equipment without using trademark names or proprietary information, Include color, type of material (if applicable), special characteristics, voltage, etc.
2) Applicable model/make/catalog number
a) Manufacturer name Carl Zeiss Meditec.
b) 266002-1155-717 c) ZEISS SL 120, INCLUDES TRAY & PIN ASSY AND BINOCULAR - MUST CHOOSE PARALLEL OR CONVERGENT BINOCULAR
7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.va.gov, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.Â
8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.
9. The Non-Manufacturer Rule (NMR) in accordance with 13 CFR § 121.406, September 4, 2019 applies to this acquisition.
a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business.
b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria:
Does not exceed 500 employees
Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied
Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement
See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule.
--End of Sources Sought Announcement
Bid Protests Not Available