Optos 200 DTX Cali Medical Equipment
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': OPTOS 200 DTX Calif RG/AF (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supple... COMBINED SYNOPSIS/SOLICIATION ‘COMBO': OPTOS 200 DTX Calif RG/AF (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA487719Q0376 is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 effective 13 August 2019, Defense Procurement Notice 20190809, and Air Force Acquisition Circular 2018-0525 effective 25 May 2018. (iv) The set aside for this acquisition is for total small businesses with an associated North American Industrial Classification System (NAICS) code of 339112 - Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees. (v) The Government intends to award a firm-fixed priced contract for the following: CLIN: 0001 [Qty. 1: EACH] - OPTOS 200 DTX Cali RG/AF (p/n: A10650RG) *or equivalent Extended Description: -Ultra-wide (UWF) image capture -Non-mydriatic, high-resolution imaging, -Comprehensive retinal analysis through multiple wavelengths and image modalities -Accurate geometrical presentation of the retina -Adjustable chinrest to accommodate various facial geometries -Guided eye steering to extend image capture beyond 200 degrees. CLIN: 0002 [Qty. 1: EACH] - Dicom Modality Computer (p/n: Dicom-OP) *or equivalent (vi) Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final destination address will be made available at the time of award. (vii) Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation as the offeror's capability to meet the defined salient characteristics of the product as delineated in this document. The Government intends to evaluate offers and award without conducting discussions, but reserves the right to do so, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation thereby reject the terms and conditions and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (vii) Important Dates/Times: (All Times are Arizona Local Time) a. Questions are due by Tuesday 03 September 2019, 12:30 pm. b. Answers will be provided by Wednesday 04 September, 2:00 pm. c. All quotes shall be submitted by Thursday 05 September, 2:00 pm. *It is the responsibility of the vendor to ensure their quote was submitted via email on time and to the points of contact included below. All amendments to this solicitation will be made available on the Governmentwide point of entry, fbo.gov. (viii) Point of Contacts: a. Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b. Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (ix) Provisions and Clauses 1. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. (a) The Government will award a 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: i. Technical capability ii. Price 3. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. 4. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text Additionally, the following apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.211-7003 Item Unique Identification and Valuation 2016-03 SEC I 252.215-7007 Notice of Intent to Resolicit. 2012-06 SEC K 252.215-7008 Only One Offer 2019-06 SEC I 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.232-7011 Payments in Support of Emergencies and Contingency Operations. 2013-05 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.246-7008 Sources of Electronic Parts. 2018-05 SEC I 252.247-7023 Transportation of Supplies by Sea 2019-02 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.202-1 Definitions 2013-11 SEC I 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC I 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC K 52.204-19 Incorporation by Reference of Representations and Certifications 2014-12 SEC I 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 2019-07 SEC I 52.204-7 System for Award Management. 2018-10 SEC I 52.204-22 Alternative Line Item Proposal 2017-01 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 2015-10 SEC I 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-28 Post-Award Small Business Program Rerepresentation 2013-06 SEC I 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-26 Equal Opportunity 2015-09 SEC I 52.222-36 Equal Opportunity for Workers with Disabilities 2014-06 SEC I 52.222-50 Combating Trafficking in Persons 2019-01 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.204-1 Approval of Contract. 1989-12 SEC I 52.223-6 Drug-Free Workplace. 2001-05 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.247-34 F.o.b. Destination. 1991-11 SEC F 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 1984-04 SEC I
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »