Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

65 -- OPHTHALMOLOGY EQUIPMENT

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-09-RQ-0255
 
Response Due
6/19/2009
 
Archive Date
7/19/2009
 
Point of Contact
Yolanda CottenContracting Specialist<br />
 
E-Mail Address
Contracting Specialist
(yolanda.cotten@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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. The solicitation number is VA-241-09- RQ-0255 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The North American Industry Classification System (NAICS) numbers are 339112 and 339115, the business size is 500. The proposed contract listed here is Set Aside 100% for Small Businesses. Service Disabled Veterans and Veteran Owned Businesses are encouraged to submit offers. REQUIREMENT: The Department of Veterans Affairs, VA Boston Healthcare System is requesting the following three line items: LINE ITEM 0001 (1 EA) PASCAL PHOTOCOAGULATOR SYSTEM Salient Characteristics: Laser (532 nm Diode-Pumped Solid State), Patterns (single spot, square arrays, single arc, triple arc, full and partial macular grid), Power (0-2000mW), Power Control (dual slit lamp mounted controls and touch screen interface, Treatment Pulse Durations (10-1000ms), Aim Beam (630-650nm diode laser), Delivered Spot Size (60, 100, 200, or 400 um diameter at the corneal plane), Retinal Spot Size (determined by the product of the spot size and the contact lens laser magnification factor), Pattern Position Control (determined by joystick and electronic micromanipulator, Graphic User Interface (touch screen control panel display(38cm; 15in) mounted on slit lamp table), Slit Lamp (custom slit lamp design with Leica optics), Slit Lamp Table (Ergonomically designed and wheel chair accessible, Table Dimension (122cm wide X 76cm deep X 71-96cm high), (48in wide x 30in deep x 28-38in high), Height (user controlled 25cm/10in travel on table lift), Elec. Power Requirement (100V~50/60 Hz, 120V~50/60 Hz, 220-240V~50/60 Hz, 500 VA), Cooling (TEC / Air Cooled). LINE ITEM 0002 (2 EA) LASER INDIRECT OPHTHALMOSCOPE: LINE ITEM 0003 (1 EA) LIO BRACKET: SYSTEM MOUNT Offerors must comply with all instructions contained in Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors Commercial Items (June 2008), which applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation Commercial Items (JAN 1999), 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 will be used to evaluate offers: 1) Technically Acceptable, and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet or exceed all salient characteristics of the item(s) description. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Offerors shall submit descriptive literature, product samples, technical features, warranty provisions and itemized pricing. 52.212-3 Offeror Representations and Certifications Commercial Items (FEB 2009), a completed copy of this provision shall be submitted with the offer. 52.212-4 Contract Terms and Conditions- Commercial Items (MAR 2009). 52.212-5 Contract Terms and Conditions Required. 52.252-2 Clauses Incorporated by Reference (FEB 1998). Attention CCR Clause: You must be registered in CCR to be considered for award. FAR 52.204-7 Central Contractor Registration (APR 2008) Implement Statutes or Executive Orders Commercial Items (APR 2009) (b)(2) the offeror shall provide a Data Universal Numbering System (DUNS) or if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database, (d) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 1-269-961-5757, or via the internet at http://www.ccr.gov. All FAR clauses and provisions incorporated by reference may be viewed at in full text via the internet at http://www.arnet.gov/far/ or http://www.farsite.hill.af.mil. Offerors must also comply with all instructions contained in Veterans Affairs Acquisition Regulations (VAAR) 852.203-70 Commercial Advertising (JAN 2008), VAAR 852.237-70 Contractor Responsibilities (APR 1984), VAAR 852.211-70 Service Data Manuals (NOV 1984), VAAR 852.246-70 Guarantee (JAN 2008), VAAR 852.273-75 Security Requirements For Unclassified Information Technology Resources (Interim - October 2008), VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008), VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008), and VAAR 852.246-71 Inspection (JAN 2008). If interested, email, fax, or mail your offer to the Point of Contact stated herein. Quotations must be received no later than 2:00 pm E.S.T, on June 19, 2009, and must include (1) small business status: Service Disabled Veteran Owned Small Business, Veteran Owned Small Businesses, HUBZone Small Business, 8(a), Small businesses with other socio-economic status, or Small businesses with no special socioeconomic categories; and (2) size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice. The Government prefers that all offers and questions are emailed to the point of contact below with solicitation number (VA-241-09- RQ-0255) and contractors name in the subject line. Facsimile quotes will be accepted at (774) 826-3347. Mail offers/quotes should be mailed to: Department of Veterans Affairs, V.A. Boston Healthcare System, Brockton VAMC, 940 Belmont Street (90C), Brockton, MA 02301 (attn: Yolanda Cotten). The Government primary contact is Yolanda Cotten (Yolanda.Cotten@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-09-RQ-0255/listing.html)
 
Record
SN01838479-W 20090610/090608234649-bd040fb0994d4ba6cad25f2b968490bc (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  © 1994-2020, Loren Data Corp.