Federal Bid

Last Updated on 17 Oct 2017 at 3 PM
Combined Synopsis/Solicitation
Indian Alaska

Cataracts Intraocular Lenses and Surgical Supplies

Solicitation ID 17-247-SOL-00089
Posted Date 17 Oct 2017 at 3 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Phoenix Area Office, Division Of Acquisition Management
Agency Department Of Health And Human Services
Location Indian Alaska United states
Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)
Place of Performance: Phoenix Indian Medical Center (PIMC), Phoenix, AZ

Solicitation No: 17-247-SOL-00089

Date Issued: September 12, 2017

Due Date: Tuesday, September 19, 2017 by 4:00 PM MST

Issued by: Donovan Coney, Contract Specialist
Email: [email protected] Telephone: 602-364-5174

Submit Proposal by Email to [email protected]

The Government intends to award one Firm-Fixed Price Indefinite-Delivery Requirements Contract that will cover the period of performance for 6-months not to exceed $122,000.00.

Cataracts Intraocular Lenses and Surgical Supplies

The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for cataracts intraocular lenses and surgical supplies for a 6-month period of performance not to exceed $122,000.00. Supplies are to be delivered to the Phoenix Indian Medical Center, Integrated Surgical Services (ISS)/Eye Department in accordance with the Statement of Work (SOW) and terms and conditions of the contract.

Place of Performance:

Phoenix Indian Medical Center
4212 North 16th Street
ISS/Eye Department
Phoenix, AZ 85016
Attention: Thomas Hlebasko

NOTICES:

1. This is a Combined Synopsis/Solicitation.

2. ISSUED AS FULL AND OPEN COMPETITION
The NAICS Code/Size Standard: 339113 / 750 Employees

3. Any questions regarding this announcement must be submitted in writing no later than
September 19, 2017 by 12:00 PM MST to Donovan Conley via email at [email protected].

SECTION I - COMBINED SYNOPSIS & SOLICITAION NOTICE

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The Government will award a firm-fixed price indefinite-delivery requirements contract resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the "Brand Name or Equal" synopsis/solicitation where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedure in accordance with FAR 15.101-2.

This solicitation is issued under Request for Quotations (RFQ) and the solicitation number is 17-247-SOL-00089. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 339113 and the size standard is 750 employees. The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-19-2017.


FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEM
SECTION II - INSTRUCTIONS TO OFFERORS: ADDENDA

This section specifies the format and content that offerors shall use in response to this Request for Proposal (RFP). Offerors shall submit a response that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual and complete. Legibility, clarity, completeness and responsiveness are important. Proposals shall be in the form prescribed by, and shall contain a response to, each of the areas identified below. Any proposal which does not meet the requirements of the solicitation may be determined to be substantially incomplete and may result in rejection of the offeror's entire proposal.

The proposal shall be submitted in three separate sections:

I. Technical
II. Past Performance
III. Price

A complete Technical, Past Performance, and, Price proposal shall be submitted no later than the offer due date of September 19, 2017 by 4:00 PM MST. If any one proposal section is received past the stated closing date, the entire proposal will be considered late. No further consideration will be given to any offeror who submits any of the sections late in accordance with FAR 15.208(b).

Technical

Offerors shall submit a proposal including all necessary product specification demonstrating that it meets all of the Requirements within the Statement of Work (SOW). If marketing brochures are submitted, please ensure that it denotes exactly how all Statement of Work Requirements and are met; otherwise, provide the supplemental information within the Technical approach of the proposal. Offerors shall submit sufficient documentation to allow for an evaluation of the Technical factor and its abilities to meet the Statement of Work.

Page limitation for Technical: The total number of pages shall not exceed twenty (20) pages, excluding the cover letter, title page and table of contents. If Technical contains more than the mandated page count then only the first twenty (20) pages will be evaluated.

Past Performance

Offerors shall provide past performance contracts for the same or similar items for one or up to three (3) references within the last three (5) years. Contracts cited must be current, or have ended not more than three (5) years prior to the closing date of this solicitation. If the contract performance ended more than three (5) years prior to the closing date of the solicitation it will be determined not relevant.

The data for each reference shall contain at a minimum the following:

Company Name:___________________________________
Address:_________________________________________
Contact Name:_____________________________________
Contact Telephone No:_______________________________
Contact Fax No:_____________________________________
E-mail Address:_____________________________________
Contract Number (if applicable):________________________
Supplies Provided:___________________________________
Service Period:______________________________________
Information Comments:_______________________________

If the offeror does not possesses relevant past performance, the offeror shall submit a statement affirming that it possesses neutral Past Performance.

The Government may contact the POCs listed on the Past Performance Information Sheets. POCs must be either Government personnel (civil service or military) or employees of private sector clients with whom it has provided services. Information provided by the POCs who work directly for the offeror will determine the rating of past performance as successful, unsuccessful or neutral.

The Government reserves the right to consider other past performance information at its disposal, in addition to any information obtained from the references provided.

Page limitation for Past Performance: The total number of pages shall not exceed five (5) pages, excluding a cover letter and title page. If Past Performance contains more than the mandated page count then only the first five (5) pages will be evaluated.

Price

The offeror shall include the following:

• Completed "Pricing Schedule" that accompanies solicitation as an attachment.

• Adequate price competition is expected for this acquisition. Offeror shall submit individual line item pricing for each item below. Offerors shall submit firm-fixed pricing for the requirement. Include commercial price lists; any applicable discounts, GSA/VA Contracts and F.O.B Destination to the Government. Offerors shall include estimated timeframe, after the receipt of order, for delivery of supplies.

• Prices shall be good for 60 days.

FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEM (JAN 2017)
Registration in SAM

Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by going to the website - www.sam.gov. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) is included by reference (full text is available electronically at http://www.acquisition.gov/far. A completed copy of this provision must be included with response. Offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (b) through (l) of this provision.

Only written requests for additional information will be accepted. Notification of any changes shall be made only on the
FedBizOpp website.

Acknowledgement of solicitation number 17-247-SOL-00089 as well as all amendments (if applicable) must be made. Acknowledgement may be in the form of an email with the solicitation, signature on any amendments and the pricing schedule.

Questions

Any questions must be addressed to [email protected] by email only no later than 12:00 PM MST September 19, 2017.

No phone calls will be accepted.

Responses

All responses should be submitted electronically to [email protected] by 4:00 pm MST September 19, 2017 of the solicitation. The Technical, Past Performance, and Price shall be submitted via e-mail only. Files shall be in Microsoft Word, Microsoft Excel or Adobe PDF only.
Subject line should read: Solicitation #17-247-SOL-00089
Emails shall be no larger than 10 MB
All proposals shall include the following information on its cover page:

• Complete company name and address
• Company POC including title, email address and phone number
• Cage Code
• DUNS Number
• Place of Manufacture

Period for Acceptance of Offers

The offeror agrees to hold the prices in its offer from for 60 calendar days from the date specified for receipts of offers within which offer may be accepted.


SECTION III - PRICE SCHEDULE

The Contractor shall furnish all required cataracts intraocular lenses and surgical supplies as listed in the Pricing Schedule in accordance with the Statement of Work (SOW) and all other terms and conditions specified herein. Not providing a price for all CLINs would result in your offer as being nonresponsive to the solicitation.

a. Period of the Contract: 6-Months.
b. The minimum amount the Government will acquire is $2,000.00 and the maximum value the Government will acquire is $122,000.00 under this contract.

DELIVERY LOCATION:

Phoenix Indian Medical Center
4212 North 16th Street, Warehouse, Bldg-9
Attention: Thomas Hlebasko
Phoenix, AZ 85016.
Phone: 602-263-1523

Delivery shall be made no later than ____ (fill date) calendar days or sooner after receipt of order (ARO).

Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).

PRICING SCHEDULE:
PLEASE ENTER THE TOTAL PRICE FOR THE CLIN(S) BELOW
Separate quotes shall include RFQ number on Quote.
Not providing a price for all CLINs would result in your offer as being nonresponsive to the solicitation.

FAR 52.211-6, Brand Name or Equal - All items must comply and must have the alike salient characteristics of the items stated below, to include technical documentation to support products being offered as equal items.

The unit prices specified in an order shall be derived from the Pricing (below), for the contract Period of Performance (POP) in effect at the time the order is issued. The Indefinite Delivery Requirement unit prices shall also be fixed for the order POP and shall not be subject to adjustment. The unit prices shall be fully burdened, inclusive of all direct costs, indirect costs, and profit.

PRICE SCHEDULE:
See attachment Solicitation: 17-247-SOL-00089.

SECTION IV - STATEMENT OF WORK (SOW)

Project Title: Cataract Intraocular Lenses and Surgical Supplies

1. Background

Phoenix Indian Medical Center (PIMC) provides surgical services to Native American/Alaskan Native patients throughout the Phoenix Service Unit, Phoenix, AZ. PIMC performs an estimated 450 cataract surgeries a year. One of the most common operations we perform here is for cataracts surgery in which a new intraocular lens (IOL) is used to replace the diseased lens. These lenses are made in a variety of sizes and strengths so that the patient's vision can be restored to as normal as possible.

2. Objective

The objective of this contract is to ensure the ready availability of an adequate number of lenses of varying sizes and strengths and surgical supplies so that we can best serve our patient population. Many of our patients needing this operation come from reservations hours away from our facility. It is imperative that we have a steady, dependable supply of lenses so we can use the best lens on the patient the day of their scheduled surgery. It is impossible to preoperatively predict the appropriate size/strength with 100% accuracy and hence the need for the range to be available on the operative day.

The improvement we expect to see is significant. While we are requesting sizes from Diopter/power to range from 6.0 to 27.0, 90% of the lenses we use are between the size of 13.0 and 24.0. It is not uncommon to use four or five lenses of the same size on one operating day. In the past this meant on some days, the ophthalmologist was faced with having to use a less than optimal sized IOL or to reschedule the patient who may have traveled four hours to have the surgery done that day.

3. Requirements

The Contractor will provide a stock range of pre-loaded lenses (IOLs) and foldable multipiece posterior chamber lenses (IOLs). The pre-loaded (IOLs) range from 6.0 diopter to 27.0 diopter will meet our requirement.

For the commonly used pre-loaded (IOLs) sizes 14.0 diopter through 22.5 diopter (18 diopter sizes) PIMC will stock 6-each pre-loaded (IOLs) for a total 108 pre-loaded (IOLs). For the pre-loaded (IOLs) from 6 diopter through 13 diopter and from 23 diopter through 27 diopter (20 diopter sizes) PIMC will stock 3 pre-loaded (IOLs) for a total 60 pre-loaded (IOLs). The total pre-loaded (IOLs) stock is 168 lenses. For the commonly used foldable multipiece posterior chamber (IOLs) sizes 14.0 diopter through 22.5 diopter (18 diopter sizes) PIMC will stock 1-each foldable multipiece posterior chamber (IOLs) for a total 18 foldable muliptiece posterior chamber (IOLs). Stocking at this par level would give us a total stock of 186 lenses. (See Attachment A). PIMC will purchase the initial 186 lenses. Cataract surgery is performed up to 12 days before surgery and any special lens not stocked will be ordered by the COR. The par level will be monitored by the COR and COR assigned will notify the Contractor on what IOLs were used after each day cataracts surgeries were performed. As the IOLs are used and are replaced, the contractor will send PIMC COR a monthly invoice itemizing the cost of replacement. This will ensure that we will always have enough of the most commonly used lenses. IOLs par levels will be adjusted by the COR and Contractor to avoid idle IOLs assets. Idle IOLs assets will be returned to the contractor at no cost to the Government.

The Contractor will provide Toric IOLs to our patients with astigmatism and cataracts. We estimate 30 Toric IOLs per year. These are used in elective surgeries and so these lenses will be ordered on an "As-Needed Basis" seven days or more before the date of surgery.

The Contractor will also supply the following products with the Par levels listed. The Contractor will be notified as described above when these products are used and need to be restocked.

Item                                                                Par Level
Part #AS8936-57, Surgical Eye Anterior Packs        30 per month
(Note: Items in the packs can be found under CLIN-005 in Price Schedule Section.)

The Contractor will ensure that no IOLs are found upon delivery to have been manufactured in an unusable state (fogged, irregular in shape or inhomogeneous in diopter).

The Contractor will be fully responsible for assuring delivery of adequate lenses as required above. The Contractor will be responsible for delivery of all cataract intraocular lenses and surgical supplies and shall be sterile to meet all industry and regulatory FDA requirements.

Contractor will provide PIMC a web-based ordering system that provides reports for inventory management and capability to order par level IOLs and special order IOLs. If web-based ordering system is not available the Contractor shall provide best means to provide inventory management and ordering processes.

4. Minimum Qualifications

Contractor shall have a minimum of 5 years of experience in production, delivery and support of intraoperative ocular lenses and surgical supplies.

5. Delivery

Delivery of all preloaded IOLs s required within 3 days after receipt of order or sooner. Toric IOLs will be delivered within 7 days after receipt of order or sooner. Surgical packs will be delivered within 15 days of receipt of order or sooner.


FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)
SECTION V - BASIS FOR AWDARD

This is a Lowest Price Technically Acceptable source selection process. The Government will award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. elect to award to other than the lowest priced, based on the evaluation of the non-priced factors and the best value to the Government. Technical is more important than Past Performance; Technical and Past Performance, when combined, are more important than Price. Since awards will be made on a best value trade-offs, the Contracting Officer reserves the right to award to other than the lowest priced offeror providing the prices are determined to be fair and reasonable.

Proposals shall include sufficiently detailed information to enable evaluation based on the following factors:

EVALUATION FACTOR CRITERIA

FACTOR 1 - Technical

The Government will evaluate each offer to determine the offer's ability to meet the Requirement of the solicitation as described in the Statement of Work.

The Government will not assume that the offeror possesses any capability or knowledge unless it is specified in the Technical section.

FACTOR 2 - Past Performance

The Government will first evaluate the offeror's Past Performance references to determine whether the company has the ability to perform successfully. A determination of past performance rating of successful, unsuccessful or neutral will be rated.

Past performance information may be obtained from any other sources available to the Government, such as Past Performance Information Retrieval System (PPIRS) and interviews with Contracting Officer's Representatives/Technical Liaisons.

The Government reserves the right to utilize other information not provided by the vendor and will evaluate information readily available. It is the responsibility of the offeror to ensure names and phone numbers of points of contact are verified and accurate. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance (FAR 15.305(a)(2)(iv)). The offeror will receive a neutral rating.

Past Performance reference format:

Company Name:___________________________________
Address:_________________________________________
Contact Name:_____________________________________
Contact Telephone No:_______________________________
Contact Fax No:_____________________________________
E-mail Address:_____________________________________
Contract Number (if applicable):________________________
Supplies Provided:___________________________________
Service Period:______________________________________
Information Comments:_______________________________

FACTOR 3 - Price

The Government will evaluate the proposals to determine the price fair and reasonableness in accordance with FAR 13.106-3(a).

Offer must be good for 60 calendar days after submission.

FOB Destination CONUS (Continental U.S.). Shipping charges shall be included in the purchase cost of the product. Sellers shall deliver the products on their own conveyance to the location listed on the award.

RATING METHODS
See Attachment Solicitation 17-247-SOL-00089



SECTION VI - CONTRACT CLAUSES AND ADMINISTARTION DATA
See Attachment Solicitation 17-247-SOL-00089


SECTION VII - PROVISIONS
See Attachment Solicitation 17-247-SOL-00089

 

Bid Protests Not Available

Similar Past Bids

Evans Colorado 15 Aug 2018 at 9 PM
Evans West virginia 28 Sep 2017 at 9 PM
Fort hood Texas 31 Aug 2020 at 4 PM
Fort hood Texas 10 Sep 2020 at 1 PM
Location Unknown 02 Jul 2018 at 6 PM