Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
DOCUMENT

65 -- Optovue Avanti XR OCT w/Angio Vue and Ellex Integra Laser Closes at 11:00 AM MT - Attachment

Notice Date
7/6/2017
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
VA25917Q0768
 
Response Due
7/12/2017
 
Archive Date
7/14/2017
 
Point of Contact
Tammera Cardinal
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0768: OptoVue Avanti XR OCT (or equal) 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is: VA259-17-Q-0768, and it is issued as a request for quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2005-95, effective January 13, 2017. This solicitation is 100% set-aside for Veteran Owned Small Business or Service Disabled Veteran Owned Small Business. NAICS: 333314 Contract Line Items are as follows: *Note, this combined synopsis/solicitation is for exact match or equal, for items listed in the table below.   Description of exact requirements for the items to be acquired (Statement of Work): Background OptoVue Avanti XR Oct The Muskogee Veterans Health Care System is in need to purchase the OptoVue Avanti XR Oct. The surgery Department will use the system to treat patients with diabetes eye conditions. 1 each - XR System USCFG w/ CAM w/ 120V Table w/ 45pt Fixation 1 each - AC Power Cord NORTH AMERICA C13M, Straight NOT angled 1 each - Kit, AngioVue Comprehensive 1 each - AngioVue Permanent License Key 1 each - TCP Kit for RTVue XR Avanti (USCFG) 1 each - Optovue DICOM Module- VA s VISTA approved 4 each - Kit ReVue Network License 1 each - RTVue XR Avanti User's Manual Delivery, installation and onsite training 1each -Integre Pro Scan - Green Multi-Color Scanning Photocoagulator - (532 nm) 1each- Total Access Mobile Table Wheelchair Accessible (V-Base) 1each- LIO, Heine Omega 180 LIO, 1each- LIO Holder 1each- Beam Splitter/Observation Tube 1each- Volk Super Quad 160 Lens 1each Delivery, installation and training Statement of Work OptoVue Avanti XR OCT with Angio Vue Description of Product or Services: The Eastern Oklahoma Veterans Health Care System (EOVHCS) is seeking to purchase a Brand Name or Equal to OptoVue Avanti XR OCT with Angio Vue for the Jack C Montgomery VA in Muskogee OK. Delivery of equipment is to be scheduled for August 1, 2017. Equal equipment must meet the following salient specifications: See attachment titled Salient Characteristics. Place of Performance: Products shall be delivered to 1011 Honor Heights Drive, Muskogee OK 74101. Date of Performance: All requested products on this transaction shall be completely manufactured as specified and delivered to the jobsite delivery no later than Monday, August 1, 2017. EOVHCS reserves the right to delay the acceptance of product delivery until all specifications are verified Time of Performance: The Vendor shall coordinate installation with the EOVHCS POC for Surgical Service. The vendor shall perform all work during normal business hours (Monday through Friday, 8:00 am to 4:30 pm), unless otherwise stipulated by the COR/EOVHCS Surgical Service or their approved designee. Installation: The vendor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Vendor shall comply with all reasonable request of the COR/EOVHCS Surgical Service or approved designee to enclose and or protect Government-furnished property. The Vendor shall install equipment as shown as noted on the contract. Site Conditions: The vendor shall ensure all field measurements are accurate and will accommodate the specified product within the intended area. Any deviations or modifications necessary will be at no additional cost to the EOVHCS or Federal Government. The Vendor shall not allow smoking in any building or area within the jobsite. Verification of Dimensions: Prior to beginning work, the Vendor shall be specifically responsible for the coordination and verification of accurate dimensions for the proper installation of the specified equipment at the jobsite. Salient Characteristics Date and place of delivery (FOB Destination): 08/01/2017 VA Health Care System 1011 Honor Heights Muskogee, OK 74101 The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan. 2017), applies to this acquisition. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers.    No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.    All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. 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: Lowest Price Technically Acceptable (LPTA), In order to be Technically Acceptable, item quoted must meet all requirements in the Scope of Work. Note: This is an open market acquisition, but FSS pricing is acceptable and encouraged, if available. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable, if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Any additional contract requirements or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) does not apply. The provisions at 852.211-73,  Brand name or equal apply. BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.   Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid.   The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity.   CAUTION TO BIDDERS.   The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity.   Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The clause at 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Date and Time offers are due: July 12, 2017- 1:00 PM (EST) Name and telephone number of the individual to contact for information regarding the solicitation: Tammera Cardinal, Contract Specialist, tammera.cardinal@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0768/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0768 VA259-17-Q-0768.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3640440&FileName=VA259-17-Q-0768-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3640440&FileName=VA259-17-Q-0768-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Jack C. Montgomery VA Center;Department of Veteran Affairs;1011 Honor Heights Dr.;Muskogee, OK
Zip Code: 74101
 
Record
SN04569132-W 20170708/170706235102-1af38f9bace399c62c87eb69374bc6ef (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.