Indiana Bids > Bid Detail

6515--Portable Applanation Tonometry, Handheld, Dual Screen, Ergon omic Tonometers

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159597325380119
Posted Date: Feb 28, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/d88247c37a...
Follow
6515--Portable Applanation Tonometry, Handheld, Dual Screen, Ergon omic Tonometers
Active
Contract Opportunity
Notice ID
36C25024Q0369
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2024 01:52 pm EST
  • Original Date Offers Due: Mar 13, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Indianapolis , IN 46202-2803
    USA
Description
Combined Synopsis-Solicitation for Commercial Items

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 2024-02.

This solicitation is set-aside for: Total SDVOSB Set Aside

The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250. The FSC/PSC is 6515.

The Roudebush VA Medical Center needs to updated their Portable Applanation Tonometry, Handheld, Dual Screen, Ergonomic Tonometers.

All interested companies shall provide quotations for the following:

Supplies/Services

Catalog No.
Description
Quantity
Unit of Measure
Unit Price
Total Price
230650
REICHERT TONO-PEN AVIA TONOMETERS
OPHTHALMOLOGIC TONO-PENS STARTER KIT (WITH 1 BOX OF OCU-FILM+TIP COVERS AND BATTERY).
41
EA

Shipping

TOTAL Quoted Value (including below described)

Specific Tasks:

The contractor shall provide equipment with the above and below listed requirements:

Tonometers must include the following:

Applanation Tonometry
Portable
Handheld
Dual Screen
Ergonomic
Accurate with minimal change to testing results due to user error.
Makes the IOP measurements on the Mackay Marg principle
Takes an average of 10 IOP readings in a short time to give the measured IOP
At least 1 BOX OF Sterile OCU-FILM+TIP COVERS
has a shorter learning curve
Disposable covers
Batteries

Quoters shall list any exception(s), clearly explain, provide documentation to exhibit why the offer should be considered, and rationale for the exception(s), if any.
Brand Name Or Equal (BNOE) offers:

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 item.

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.

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

Cincinnati VA Medical Center
3200 Vine St.,
Cincinnati, OH 45220-2213

Period of Performance

Delivery shall be provided no later than 30 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
VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION))

852.219-76Â VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products.
As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate:
VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products (NOV 2022)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that -
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box]
(i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act.
(2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in - check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]:
(i)  Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i).
(ii)  Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in - check each box below.]
The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18).
The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied.
The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice.
(iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.]
or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).]
If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.]
(3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)
(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:
Printed Title of Signee:
Signature:
Date:
Company Name and Address:
(End of clause)

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).

52.212-5

52.213-4

52.219-8 (For Commercial Item procurements, this clause is incorporated by selection through 52.212-5)

52.219-27 (For Commercial Item procurements, this clause is incorporated by selection through 52.212-5)

52.219-28 (For Commercial Item procurements, this clause is incorporated by selection through 52.212-5)

52.222-19 (For Commercial Item procurements, this clause is incorporated by selection through 52.212-5)

52.244-6

Provisions:

52.204-8
52.212-3
52.219-1 (For Commercial Item procurements, this provision is incorporated in 52.212-3(c))

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 to the Government. Responses should contain your best terms and 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:"

If you have any questions, please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0369 - Portable Applanation Tonometry, Handheld, Dual Screen, Ergonomic Tonometers as the subject line. Please have all questions in no later than March 6, 2024, at 2:00 PM Eastern Time. After that time, a list of all questions received will be disseminated to all interested parties with applicable responses.

This RFQ closes March 13, 2024, at 2:00 PM Eastern Time. When submitting your proposal please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0369 - Portable Applanation Tonometry, Handheld, Dual Screen, Ergonomic Tonometers as the subject line.

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

No phone calls please.
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
  • Feb 28, 2024 01:52 pm ESTCombined 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 >