Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
SOLICITATION NOTICE

65 -- Phacoemulsification Machine

Notice Date
11/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RQ-0080
 
Response Due
11/28/2007
 
Archive Date
1/27/2008
 
Point of Contact
Lindsay Roop Contract Specialist 612-467-2176
 
E-Mail Address
Email your questions to Contract Specialist
(lindsay.roop@va.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; quotations are being requested and a separate written request for quotations will not be issued. (ii) The reference/solicitation number is VA-263-08-RQ-0080 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a purchase order. Responses to this Request for Quotation are not offers from which an ward can be made. Instead, to establish a contract, the Department of Veterans Affairs (the "VA") must make an offer that can be accepted by the contractor. The contractor can accept the government's offer by (1) a signed written acceptance of the government's offer or (2) by substantial performance incompliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-21. 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.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 423450 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of four (4) line items: Line Item 0001: Phaco Emulsifier Unit, Qty: 1; Line Item 0002: Footswitch (foot control), Qty: 2; Line Item 0003: Hand Piece, Qty: 7; Line Item 0004: Footswitch Cable, Qty: 1. (vi) The Department of Veterans Affairs located in Minneapolis, MN has a requirement for one Vision System, for cataract lens removal (Phacoemulsification Machine) plus accessories. The system should possess the following characteristics: (a) Phaco Emulsifier Unit shall include the following modes of operation: Irrigation, Irrigation/Aspiration, Ultrasound, Diathermy, Vitrectomy; (b) System shall include seven (7) hand pieces, which meet the following requirements: Modality - hand pieces shall utilize an ultrasound-based cataract removal modality. Material - shall be constructed of an autoclavable material (example: titanium). Weight - shall be light weight (Less than 5 oz (142 g) each). Frequency - shall use a piezoelectric transducer to vibrate the hand piece tips at a frequency between 25 and 80 kHz. Hand pieces shall also include liquefaction technology, and shall posses a Pulse Mode; (c) Irrigation/Aspiration (I/A) System with the following functions: I/A shall include a peristaltic pump capable of 500 mmHg maximum vacuum; I/A shall include an atmospheric vent(s); I/A shall include gravity or pump reversal reflux; I/A shall include autoclavable ports with diameters between 0.2 and 0.5 mm. (d) Foot Control - The Phacoemulsification system shall be operational via remote (foot) control. A second (spare) foot control shall also be provided (Biomed staff will store the spare foot control). (vii) Delivery and acceptance of deliverables shall be FOB destination within 30 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Lindsay Roop, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. In submitting quotations, please provide a schedule of all required items and ancillary items required to meet this request. Quotations must also include the following: (a) Trade In - any offered trade-in values (or other promotional initiatives) for the following phacoemulsification system: Alcon Labs - Series 20000 Legacy, (b) Warranty - provide details of standard warranty and indicate availability and cost of extended parts warranty/service plan options, (c) Manual - provide two copies of the Operator 's Manual, two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists, (d) Training - provide a description of how qualified instructors will provide user training. Training shall be for an appropriate, standard period of time for the equipment, (e) A description and pricing for all consumables associated with the Phaco Machine. In addition, please provide a description of how the proposed item'/s meet the requirements listed above and how the proposed item addresses the evaluation factors listed in below. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. 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: (a) General system offering, including functional capabilities, construction quality, technical performance which may include the technical attributes that minimizes the impact of surgery; (b) Human factors design - ease of use, intuitive operation, capabilities, and workflow efficiencies, controls and labeling, (c) Anticipated reliability and serviceability, (d) Training Plan, (e) Past Performance: Provide up to three (3) references from a firm or agency in which your company has provided the same or similar type of equipment described in this solicitation. Each reference must represent equipment that is currently being used within the past three (3) years. Include the name, address, telephone number and point of contact of the firm or agency. In accordance with FAR 15.305(a)(2), offerors with no relevant performance history will receive a neutral rating; (f) Price. Technical and past performance when combined, are significantly more important than cost or price. The results of Demonstrations (as described in paragraph (xiii) below) may also impact the technical evaluation of offers. Please note, in accordance with FAR 13.106-2, if a proposed contractor has already performed a demonstration of its product at the VA Medical Center, Minneapolis, a second demonstration is not required as prior knowledge or end user familiarity with a product may be taken into account during the evaluation of offers. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (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: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The VA may elect to conduct demonstrations of offerors' products. Demonstrations would take place between December 3-14, 2007 for a duration of not longer than 3 days. Offerors must be available to conduct demonstrations during this window. Scheduling will take place immediately upon the closing of this Solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE WEDNESDAY, November 28, 2007, by 3:30 p.m. central standard time. (xvii) Submit quotation by mail to - Lindsay C. Roop, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Lindsay Roop at lindsay.roop@va.gov for more information regarding this solicitation.
 
Place of Performance
Address: Department of Veterans Affairs Medical Center;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
Country: USA
 
Record
SN01453001-W 20071117/071115224301 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.