6650--Components for 1 full Eye Lane System
Page 11 of 11 Combined Synopsis/Solicitation Notice Page 4 of 11 This is a Combined Synopsis/Solicitation for EYE LANE EQUIPMENT, Model as prepared in accordance with the format in Federal Acquisition... Page 11 of 11 Combined Synopsis/Solicitation Notice Page 4 of 11 This is a Combined Synopsis/Solicitation for EYE LANE EQUIPMENT, Model as prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. A firm-fixed price; Purchase Oder is anticipated. The solicitation number is 36C24422Q0312 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-02 dated 01/14/2022. This solicitation is set aside 100% for Small Business (SB) and the associated NAICS code 333314 has a small business size standard of 500 employees. Schedule of Requirement/CLINS - This requirement is BRAND NAME ONLY ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Marco CP-9 Automatic Chart Projector LOCAL STOCK NUMBER: CP0MACP9 0002 1.00 EA __________________ __________________ Wall Mount for Marco CP-600/ -670/690/770 LOCAL STOCK NUMBER: CP0MACP600WLFG 0003 1.00 EA __________________ __________________ 13x13 Framed Screen, - Limestone LOCAL STOCK NUMBER: CP1ZZSCREENL 0004 2.00 EA __________________ __________________ Welch Allyn 11720 3.5v Halogen Coaxial Ophthalmoscope LOCAL STOCK NUMBER: HI0WA11720HAL 0005 2.00 EA __________________ __________________ Welch Allyn 18245 Elite Streak Retinoscope LOCAL STOCK NUMBER: HI0WA18245HAL 0006 2.00 EA __________________ __________________ Welch Allyn 41100 3.5v Halogen Finnoff Transilluminator LOCAL STOCK NUMBER: HI0WA41100HAL 0007 6.00 EA __________________ __________________ Welch Allyn 71670 3.5v NiCad Well Handle LOCAL STOCK NUMBER: HI0WA71670NI 0008 2.00 EA __________________ __________________ Heine Omega 600 Binocular Indirect Ophthalmoscope Set LOCAL STOCK NUMBER: IO0HEOMEGA600WALLFG 0009 1.00 EA __________________ __________________ Reliance 7900 Floor Unit with - W/C Mod for Eclipse, #20 PEARL LOCAL STOCK NUMBER: CS0RL7900WE220FG 0010 1.00 EA __________________ __________________ Reliance TRI Zone Eclipse - System-LED/LED, 0-10 volt - diver LOCAL STOCK NUMBER: CS1RL191872LFG GRAND TOTAL __________________ Statement of Need STATEMENT OF NEED INTRODUCTION/BACKGROUND: The Wilmington VAMC requires a Brand Name procurement of one full exam room of examination equipment and auxiliary testing technology to provide complete eye exam services for Optometry patients in the Wilmington VAMC. This equipment is necessary for the Optometrists to provide any level of eye care at that location. This eye lane is an additional eye lane to our already utilized (4) eye lanes in Wilmington. OBJECTIVE: The Wilmington VAMC wishes to procure (1) exam room of examination equipment and auxiliary testing technology. The period of performance requested for this acquisition is one-time purchase. The facility requests the ability to exercise up to zero option renewals. This need for this acquisition is determined to be routine and can be awarded within designated Contracting timeframes. MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Deliver and setup. Coordinating delivery with POC (listed below) and/or facility. Deliver equipment to: Department of Veterans Affairs Wilmington VA Medical Center ATTN: Jennifer Coy 1601 Kirkwood Hwy Wilmington, DE 19805 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). MEETINGS AND REVIEWS: N/A TRAVEL REQUIREMENTS: N/A PROGRAM POINT OF CONTACT: Jennifer Coy Jennifer.Coy2@va.gov (302)994-2511 ext. 5290 "No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The POC shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification." REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. PERIOD OF SERVICE: Delivery must be made no later than 45 days After Receipt of Order CONTRACTOR QUALIFICATIONS: N/A SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: N/A (vi) The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following provision AND instructions are added as addenda: Addendum to FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following provision AND instructions are added as addenda: VHA Supplemental Contract Requirements for Combatting COVID-19 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: (1) If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. (2) If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. (3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. (4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) (vii) Provision 52.212-2 Evaluation of Commercial Items is applicable to this solicitation. The following evaluation criteria will be utilized to determine the most advantageous quote for the Government; Price, Past Performance, and SDVOSB/VOSB Business Status. (viii) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. (ix) The Clause at 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021) applies to this combined synopsis solicitation and any resultant contract. Addendum to FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following by reference and full text clauses are added as addenda. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Contractors (NOV 2021) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (APR 2020) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.212-71 Gray Market and Counterfeit Items (MAR 2020) (Deviation) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (Jul 2020) (Deviation) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2021) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (xi) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xii) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xiii) Quotes must be emailed to Derrick.Maruski2@va.gov and received no later than 9:00 A.M. EST on Thursday, January 27, 2022. Quote may be submitted on this document or the vendor s own form. "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Derrick.Maruski2@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contract Specialist, via email to Derrick.Maruski2@va.gov. End of Document
Data sourced from SAM.gov.
View Official Posting »