Federal Bid

Last Updated on 30 Mar 2021 at 7 PM
Combined Synopsis/Solicitation
Ralph Alabama

6540--Oculus Pentacam

Solicitation ID 36C24721Q0552
Posted Date 30 Mar 2021 at 7 PM
Archive Date 12 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 247-Network Contract Office 7 (36c247)
Agency Department Of Veterans Affairs
Location Ralph Alabama United states 29401
Solicitation: Oculus Pentacam Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR 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) Solicitation 36C24721Q0552 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-05, March 10, 2021. 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.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This combined/synopsis solicitation is set aside for Small Business Concerns. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 339115; Ophthalmic Goods Manufacturing; Small Business Size Standard 1,000 employees. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following items: Brand Name-Standardization: Oculus SEE ATTACHED SCHEDULE (vi) Description of requirements for the items to be acquired. Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or "gray market" items 3. All items must be covered by the manufacturer's warranty. 4. Offer MUST be good for 30 calendar days after close of solicitation. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Delivery Addresses: Department of Veterans Affairs Ralph H. Johnson VAMC 109 Bee St RM A133C Charleston, SC 29401 1. Delivery: 30 DAYS ARO 2. Shipping: FOB DESTINATION (viii) 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. (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. A letter from the OEM stating the Offeror is an authorized reseller of the equipment shall be included with the proposal. Failure to provide the authorized reseller letter will result in a Non-Acceptable Offer to which No Award will be made. If the offeror is quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meet all of the salient characteristics listed below to be considered for Award. The salient characteristics for the specified item(s) are as follows: Camera digital CCD camera Light source blue LED (475 nm UV-free) Processor DSP with 400m operations/s Speed 100 images in 2 seconds 1)Measurement range Axial length 14 - 40 mm Curvature 3 to 38 mm 9 to 99 D Precision ± 0.1 D Reproducibility ± 0.1 D Operating distance 80 mm (3.1 in)i cations Dimensions (W x D x H) 275 x 320 - 400 x 500 - 530 mm (10.8 x 12.6 - 15.7 x 19.7 - 20.9 in)     Weight 11.2 kg (24.7 lbs.) Voltage 24 V DC Frequency 50 - 60 Hz Max. power consumption 37.4 W Recommended computer specific cations CPU Intel Core i5-6600, HDD 1 TB, RAM 8 GB, MS Windows® 10 Pro, VESA, USB interface (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 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. (xii) 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. (xiii) n/a. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Officer, David W. Parente at [email protected] no later than 11:59 PM EST on April 4, 2021. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, David W. Parente at [email protected]. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than 5:00 PM EST on April 1, 2021, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. (xvi) Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 7 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: David W. Parente Contracting Officer, NCO 7 [email protected]
Bid Protests Not Available

Similar Past Bids

Center Kentucky 29 Aug 2016 at 8 PM
Reynolds Georgia 16 Jan 2019 at 1 PM
Cincinnati Ohio 17 Mar 2021 at 6 PM
Sheppard air force base Texas 22 Sep 2020 at 8 PM
San diego California 29 Apr 2025 at 7 PM

Similar Opportunities

White river junction Vermont 09 Sep 2025 at 4 AM (estimated)
Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)
North richland hills Texas 14 Jul 2025 at 7 PM