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 -- Tonometer - Attachment

Notice Date
7/6/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26117Q0772
 
Response Due
7/19/2017
 
Archive Date
8/18/2017
 
Point of Contact
Cristina E Lansangan
 
E-Mail Address
2-833-4566<br
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The VA Manila Regional Office and Outpatient Clinic is requesting quotes from any authorized seller who can provide one (1) Tonometer with form, fit and function equal to the ICare Tonometer Pro (Brand Name or Equal). This action is in accordance with FAR 13.106-1. Responses are due by July 19, 2017 at 4:00 PM PST The NAICS code is 339112 Surgical and Medical Instrument Manufacturing and the size standard is 500 Employees. This solicitation is being issued as a request for quotation (RFQ) and contains clauses and provisions that are in effect through Federal Acquisition Circular (FAC) 2005-95. Responses must be emailed to cristina.lansangan@va.gov. No telephone responses will be accepted. No reimbursement for any costs associated with providing capability statements will be provided by the Government. This solicitation is set aside for small business, however if there are two or more Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) who are qualified and are likely to submit a quote at a fair and reasonable price, this acquisition will be set aside for SDVOSB/VOSB. Unverified SDVOBs or VOSBs are considered non-responsive and price quotations will not be evaluated. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB) and Other Small Businesses (OSB) are encouraged to provide quotes in response to this solicitation. In order for a company to be considered a SDVOB or VOSB the company must be listed in https://www.vip.vetbiz.gov/. Quotes will be considered in the following manner: a. If quotes are received from two or more independently competing SDVOSBs, award will be made independently to the lowest-priced responsible SDVOSB offeror, who is responsive to the solicitation and who is offering a fair and reasonable price. b. If two such SDVOSB quotes are received, then the Government will review quotes from VOSBs using the same criteria as in paragraph a, above. c. If no such SDVOB or VOSB quotes are received, then the Government will review quotes from OSBs using the same criteria as in paragraph a, above. d. If no acceptable quotes are received, the Government retains the right to resolicit as full and open competition. PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 8 358-17-2-343-0028 VA261-17-Q-0707 07-06-2017 Cristina Mae Lansangan 916 212 6799 07-19-2017 4:00pm Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 X 100 X 339112 1000 Employees N/A X American Embassy 1201 Roxas Boulevard 0930 Manila, Philippines Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 See CONTINUATION Page See CONTINUATION Page x x Cristina Mae Lansangan NCO2115L2-0742 VA261-17-Q-0772 Page 1 of 7 Page 3 of 3 Page 1 of 7 Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 DELIVERY SCHEDULE 4 SECTION C - CONTRACT CLAUSES 5 C.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 5 C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 5 C.3 VAAR 852.246-70 GUARANTEE (JAN 2008) 5 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 7 SECTION E - SOLICITATION PROVISIONS 8 VA261-17-Q-0772 Page 1 of 7 Page 5 of 5 Page 1 of 7 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C261 Department of Veterans Affairs VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [] 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [x] Upon Government Acceptance 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Submit your electronic invoices to the VA Financial Services Center for payment processing via the OB10 System http://ob10.com/us/en/veterans-affairs-us/ There is no charge to use this system. If you have questions about the e-invoicing program or OB10, please contact VA FSC at the phone number or e-mail address listed below: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice E-mail: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice E-mail: vafsccshd@va.gov ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 ICare Pro Tonometer (Brand Name or Equal) 1.00 EA GRAND TOTAL SALIENT CHARACTERISTICS: The equipment shall include specifications, functional characteristics, accessories and instruments with form, fit and function equal to the ICare Pro Tonometer: Light and Handy User-friendly operating program using the Goldmann standard Automatic self-test program prior to examination Rebound measuring principle requires no drops, air or specialized skill Automatic measuring sequence series and single mode with one button Does not require regular maintenance or calibration B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 Deliver to: American Embassy 1201 Roxas Boulevard 0930 Manila, Philippines 1.00 30 days ARO Please provide FOB destination to Manila, Philippines. Contractor shall be responsible for door-to-door delivery of the equipment, including shipping, local brokerage and delivery charges. The Department of Veterans Affairs will assist with the Certificate of Tax Exemption to facilitate release of the shipment from the Bureau of Customs, after submission of the Air Waybill and Packing List. Note: Offers of equal products - Offeror must clearly indicate in its offer that the product being offered is an equal product. The equal product must have the same physical, functional, or performance characteristics as the items referenced above. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Please provide technical specification if offering an equal product. Authorized dealers: Only firms who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. VA261-17-Q-0772 Page 1 of 7 Page 8 of 9 Page 1 of 7 SECTION C - CONTRACT CLAUSES C.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.3 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one (1) year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS (Page is intentionally left blank) VA261-17-Q-0772 Page 1 of 7 Page 9 of 9 Page 1 of 7 SECTION E - SOLICITATION PROVISIONS Offers will be evaluated to the extent they can provide the item (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, technically acceptable offeror. The following will be considered in determining if the item offered is an acceptable equal : Shall have features consistent with the brand name model Shall be similar in size or have similar dimensions as the brand name model
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0772/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0772 VA261-17-Q-0772.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3638288&FileName=VA261-17-Q-0772-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3638288&FileName=VA261-17-Q-0772-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04570358-W 20170708/170707000207-db28d5e06acd502b22b017ec9af24667 (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.