Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

65 -- All-In-One Visual Acuity System

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
VISN 10 Contracting;Department of Veterans Affairs;Cincinnati VA Medical Center;260 E. University Ave.;Cincinnati OH 45220
 
ZIP Code
45220
 
Solicitation Number
VA25010RQ0366
 
Response Due
9/27/2010
 
Archive Date
10/27/2010
 
Point of Contact
Chris Blazejewski
 
E-Mail Address
cting-Contract
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This synopsis is a streamlined solicitation of offers for commercial items for use where appropriate. This is intended to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items consistent with commercial practices. Only written requests, electronically submitted, and received directly from the requester are acceptable. This requirement is 100% set aside for small business concerns. The NAICS code is 423450, with a size standard of 100 employees. REQUIREMENTS: The Department of Veterans Affairs Medical Center Cincinnati New Eye Clinic (2929 Highland Ave., Cincinnati, OH 45219) has a requirement for the following System/Equipment: Smart System 2020 Basic. All-In-One Visual Acuity System. To include VAFCS software, 20" display, broad beam infra-red wireless remote control and detector, Optotypes include the Snellen and Sloan letter set, Contrast Sensitivity, LEA Numbers, Allen symbols, illiteracy E's and HOTV. Features include Red\Green Duo-chrome test, single fixation dot, horizontal line, vertical line descending, 3 lines same size, single cycling optotype and cycling line of optotypes. ETDRS selectable (E-ETDRS that is clinical trials approved with ability to not only use System in daily examinations, but also when participating in clinical trials. Other features to include: Dual Distance Calibration Settings; Fully Programmable Wireless Hand Held Controller; and Distance Stereo. Offerors shall submit a detailed (itemized) quote to include: all equipment, materials, installation, and configuration services for the systems as listed below only. Quotes are for new equipment only. Quotes may not include refurbished, returned, or rebuilt equipment. The offeror shall comply with specifications listed below. Exact model is requested with no substitutes, standardization criteria are critical to the Government's requirements, thereby making consideration of a product manufactured by another company difficult. Because of systems in place, no other type of equipment will easily satisfy the VA's requirements. This procurement is subject to availability of funds. The Government has the right to cancel this RFQ before or after the closing date. PRICING: ITEMP/NDESCRIPTIONQTYUNITUNIT COST 1SS2020Smart System 2020 Basic. All-In-One Visual Acuity System. To include VAFCS software, 20" display, broad beam infra-red wireless remote control and detector, Optotypes include the Snellen and Sloan letter set, Contrast Sensitivity, LEA Numbers, Allen symbols, illiteracy E's and HOTV. Features include Red\Green Duo-chrome test, single fixation dot, horizontal line, vertical line descending, 3 lines same size, single cycling optotype and cycling line of optotypes. ETDRS selectable (E-ETDRS clinical trials approved with ability to use System in daily examinations, and also when participating in clinical trials). Features to also include: Dual Distance Calibration Settings; Distance Stereo Fully Programmable Wireless Hand Held Controller18EA 270020Bracket for All-in-One Computer/Monitor18EA TOTAL Delivery is to be coordinated with the New Eye Clinic. 52.212-2 Evaluation-Commercial Items. (JAN 1999) (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: 1)Technical capabilities 2)Price Technical capabilities are equal to price. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors- Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions; vendors shall submit the most favorable terms. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.), is hereby incorporated into this combined synopsis, with the wage determination for Butler County, Ohio, WD 05-2413 (Rev.-7) that may be accessed at: http://www.wdol.gov/Index.aspx. Quotes and accompanying information are due no later than 12 p.m. EST, Monday, September 27, 2010. Responses must be sent by email to christopher.blazejewski@va.gov. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25010RQ0366/listing.html)
 
Record
SN02294846-W 20100925/100923235814-8ce62b94d772012bb81e33d104e347cf (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.