Federal Bid

Last Updated on 24 Nov 2020 at 8 PM
Combined Synopsis/Solicitation
Claremore Oklahoma

CIH Optometry Equipment

Solicitation ID 246-21-Q-0007
Posted Date 24 Nov 2020 at 8 PM
Archive Date 23 Dec 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ok City Area Indian Health Svc
Agency Department Of Health And Human Services
Location Claremore Oklahoma United states 74017

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ).  Submit only written quotes for 000-00-Q-0000 Optometry Equipment Update RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09.  This solicitation is not a Small Business set-aside.  The associated NAICS code is 339112 with a small business size standard of less than 1,000 employees.

This RFQ contains eleven (11) Line Items, for optometry equipment, maintenance and service services for a base year plus four option years as follows:

CLIN

DESCRIPTION

QTY

UNIT

Unit Price

TOTAL

0001

S4Optik 2000 Combo Instrument Stand/Chair or equal

2 EA

 

0002

Slit Lamp – Topcon SL-D701 slit lamp or equal w/ accessories

2 EA

 

0003

Base Year - Slit Lamp Service

2 EA

 

0004

Lensmeter – Topcon CL300 or equal

1 EA

 

0005

Base Year – Lensmeter Service

1 EA

 

0006

Phoropter – Topcon CV5000 or equal

2 EA

 

0007

Base Year- Phoropter Service

2 EA

 

0008

Digital Visual Acuity Screen- Topcon Visichart or equal

3 EA

 

0009

Base Year – Digital Visual Acuity Screen Services

3 EA

0010

OCT Angioraphy Camera – Topcon 3D OCT-1 Maestro2 Spectral Domain OCT or equal

1 EA

0011

Slit Lamp Advanced Equipment –Topcon DC-4 Camera or equal and Workstation for working with slit lamp camera.

1 EA

 

0012

Option Year One – Slit Lamp Service

2 EA

 

0013

Option Year One – Lensmeter Service

1 EA

 

0014

Option Year One – Phoropter Service

2 EA

 

0015

Option Year One – Digital Visual Acuity Screen Services

3 EA

 

0016

Option Year Two – Slit Lamp Service

2 EA

 

0017

Option Year Two – Lensmeter Service

1 EA

 

0018

Option Year Two – Phoropter Service

2 EA

 

0019

Option Year Two – Digital Visual Acuity Screen Services

3 EA

 

0020

Option Year Three – Slit Lamp Service

2 EA

 

0021

Option Year Three – Lensmeter Service

1 EA

 

0022

Option Year Three – Phoropter Service

2 EA

0023

Option Year Three – Digital Visual Acuity Screen Services

3 EA

 

0024

Option Year Four – Slit Lamp Service

2 EA

 

0025

Option Year Four – Lensmeter Service

1 EA

 

0026

Option Year Four– Phoropter Service

2 EA

 

0027

Option Year Four – Digital Visual Acuity Screen Services

3 EA

PERIOD OF PERFORMANCE: (Base Period);

Base Year:                  01/01/2021 through 12/31/2021

Option Year 1:             01/01/2022 through 12/31/2022

Option Year 2:             01/01/2023 through 12/31/2023

Option Year 3:             01/01/2024 through 12/31/2024

Option Year 4:             01/01/2025 through 12/31/2025

Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.

STATEMENT OF WORK IS ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION

Submit Quotes no later than: December 8th, 2020 @ 10:00 AM CST  to the Following Point of Contact: Misti Bussell, [email protected]

Evaluation:  FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable

- Price will evaluated on base plus option year pricing (combined).

- Offers shall submit a list of proposed equipment that meets the requirements of the statement of work.  To be considered technically acceptable, the proposed equipment must meet or exceed the below requirements:

There will be two separate exam areas, which will have identical lanes. There will be two of each piece of equipment listed. Requirements listed below each piece of equipment.

  1. Exam Chair and Stand – S4Optik 2000 Combo Instrument Stand/Chair or equal
    1. Tilt control
    2. Rotation lock
    3. Footrest
    4. Armrest
    5. Height control
    6. Headrest
    7. Instrument console
    8. Slit lamp arm
    9. Upper refractor arm
    10. Overhead light
  2. Slit Lamp – Topcon SL-D701 slit lamp or equal
    1. Breath shield
    2. Lamp focusing rod
    3. Fundus mirror for binocular field of view to the posterior segment
    4. LED Illuminator
    5. Mounting hardware to arm
  3. Phoropter – Topcon CV5000 or equal
  4. Digital Visual Acuity Screen – Topcon Visichart or equal

One of the lanes will have additional equipment for advanced screening, to include:

  1. Slit Lamp Camera – Topcon DC-4 Camera or equivalent
  2. Workstation for working with slit lamp camera         
      1. Workstation will have all hardware needed to include; keyboard, mouse, monitor, NVMe internal storage.
      2. Workstation will have software installed to take images from slit lamp

In addition to the two lanes, there will be a separate area with one of each of the following:

  1. OCT/Fundus Imaging – Topcon 3D OCT-1 Maestro2 Spectral Domain OCT or equal
  2. Lensmeter – Topcon CL300 or equal
  3. Digital Visual Acuity Screen – Topcon Visichart or equal

                                                            

This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.  Terms and conditions other than those stated will not be accepted.  The above pricing is all inclusive. 

PROVISIONS:  The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).

CLAUSES:  The following FAR clauses apply to this solicitation:

FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited):  FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;  52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;  FAR 52.225-1, Buy American Act--Supplies;  FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment.  The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected]

Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 101 S Moore Ave, Claremore, OK 74017

All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.  Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.  Failure to provide sufficient technical detail may result in rejection of your quote.

For additional information, please contact the Purchasing Agent, Misti Bussell, [email protected] or 918-342-6235.

Bid Protests Not Available

Similar Past Bids

Oklahoma 24 Nov 2020 at 5 AM
Oklahoma 24 Nov 2020 at 5 AM
Claremore Oklahoma 08 Jul 2021 at 1 PM
Claremore Oklahoma 15 Jul 2021 at 2 PM
Claremore Oklahoma 02 Mar 2021 at 5 PM