Indiana Bids > Bid Detail

6650--Hoosier VA Clinic Eey Lane Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159594898230294
Posted Date: Jul 17, 2023
Due Date: Jul 24, 2023
Solicitation No: 36C25023Q0935
Source: https://sam.gov/opp/af9801d3cf...
Follow
6650--Hoosier VA Clinic Eey Lane Equipment
Active
Contract Opportunity
Notice ID
36C25023Q0935
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 17, 2023 06:27 pm EDT
  • Original Date Offers Due: Jul 24, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 339115 - Ophthalmic Goods Manufacturing
  • Place of Performance:
    Peru , IN 46970
    USA
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is set-aside for: Total Small Business Set-Aside

The associated North American Industrial Classification System (NAICS) code for this procurement is 339115, with a small business size standard of 1,000. The FSC/PSC is 6650.

The Northern Indiana Health Care System has a requirement for Eye Lane Equipment at its Hoosier VA Clinic.

All interested companies shall provide quotations for the following:

Supplies/Services
Item #
Description/Part Number*
Qty
Price
CS0RL7000L20
Reliance 7000-LFC Chair, #20 Pearl, Upholstery
2
$
CS0RL7000UCH
Reliance 7000 Designer Cushion Set, #206 Charcoal
2
$
CS0RL7900ICW20FG
Reliance 7900-IC Floor Unit - with Wheelchair Modification, #20 Pearl
2
$
CS1RL940
Reliance 940 Chair Glide System
2
$
SL0HS900BQLEDU
Haag-Streit 900 BQ LED Slit - Lamp, Unit Model
2
$
TO0HS0016
Haag-Streit BP/BQ/BX Applanation Tonometer
2
$
RE0RE11636
Reichert 11636 Minus Cylinder - Black Illuminated Phoroptor
2
$
CP0LOCVSIMAC
Lombart CVS iMac Acuity System, with Apple VESA Mount
2
$
CP1ZZMIRL
Front Surface Mirror, Single - Limestone, 12 in x 12 in
2
$
ST0RL5346CHFG
Reliance 5346 Pneumatic Stool, #206 Charcoal
2
$
IO0KEVANPLWS
Keeler Vantage Plus LED Wireless Indirect with Slimline Charging System
1
$
HI0HE0217080
Heine Finoff Transilluminator, 3.5v
2
$
HI0HE0215353
Heine Beta 200 Streak Retinoscope, 3.5v
2
$
HI0HE0230100
Heine Beta 200 Ophthalmoscope, - Small Spot, Xenon, 3.5v
2
$
HI0HE0299411FG
Heine Beta Well Handle, 3.5v
6
$
IL0VO20LGC
Volk 20D Large Aspheric Lens, Clear (50mm), with Black Ring
2
$
IL0VO78SMC
Volk 78D Small Aspheric Lens, Clear (31mm), with Black Ring
2
$
IL0VO90SMC
Volk 90D Small Aspheric Lens, - Clear (21.5mm), with Black Ring
2
$
VS0ZZVISUALLFG
VisuALL VRP S System, Complete
1
$
TL0MA8408
Full Diameter Trial Lens Set with Plus and Minus Cylinders, Tray and Case
2
$
TF0LOMTF
Lombart Metal Trial Frame
2
$
CT0ZZISH24
Ishihara 24 Plate Book Test Chart
2
$
RA0SORANDOT
Stereo Randot Test
2
$
OC0ZZPL
Lorgnette / Dalaur Pinhole Occluder
2
$
OC0ZZMRO
Maddox Rod and Occluder
2
$
PR0ZZB14
Vertical Prism Bar
2
$
PR0ZZB15
Horizontal Prism Bar
2
$
TC0ZZ1950003000
Feinbloom Distance Low Vision - Chart for Partially Sighted
2
$
Â
Exam Lane Installation
Â
 $

Brand Name Or Equal (BNOE) offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed items and related services, and will not require adjustment of current plumbing or electrical in place.

Alternate submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only 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.

Installation includes all necessary labor and materials required to establish Eye Lane, during normal working hours, Monday Friday 8 am -5 pm, no work is to be done on Federal Holidays. Also included with Installation Services is an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Contractor will provide training to all Personnel on the operation, maintenance, cleaning requirements, required testing, and troubleshooting per the manufacturer instruction use.

Additional Requirements

The vendor will provide service manuals that includes theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format.

Equipment items, and related services will be delivered, as required, to:

Hoosier VA Clinic
1496 West Hoosier Boulevard
Peru, IN 46970

Period of Performance

Delivery shall be provided no later than 90 days after receipt of order (ARO).

FOB: Destination.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders

The following subparagraphs of FAR 52.212-5 are applicable:

52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).

All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Submission of your response shall be received not later than 16:30 PM NOON EDT ON July 24, 2023. No phone calls please.

Quoters shall list exception(s) and rationale for the exception(s), if any.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, Morgan.Stein@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 17, 2023 06:27 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >