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 VA250-16-Q-0515 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated NAICS code is 333314 Optical Instrument and Lens Manufacturing and small business size standard is 500 employees. This is a total small business set-aside. The requirement is for a Biometer to specifically be utilized for intraocular lens calculations. IOL MASTER 700 WITH swept (or Equal) for use at the Columbus VAACC. Delivery location is the Columbus VAACC, 420 North James Rd., Columbus, OH 43219.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; 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-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule.
The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee (at least one year)
852.246-71 Inspection
The Following VAAR Provisions apply
852.211-72 Technical Industry Standards
Quotes are to be emailed to Christopher Callihan at
[email protected], no later than
24 August 2016 3:00 p.m. EST.
Price/Cost Schedule
Item Information
ITEM DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT
0001 ZEISS OS/ IOL MASTER 700 WITH swept source OCT
Option reference image, includes keyboard, mouse, printer & Table IT1060
INCLUDES:
1 YEAR MANUFACTURER WARRANTY INSTALL
TRAINING
SHIPPING
2 OPERATOR/SERVICE MANUALS 1.00 EA
______
______
0002 ZEISS/OS FORUM BI-DIRECTIONAL DICOM INTERFACE LICENSE TO CZM INSTRUMENT (V3) 1.00 EA
______
______
GRAND TOTAL ______
Delivery Schedule
ITEM NUMBER QUANTITY DELIVERY
ALL SHIP TO: Columbus VAACC
420 North James Rd.
Columbus, OH 43219 All 60 Days ARO
MARK FOR: Joellen S. Mapp
614-257-5520
Joellen.Mapp @VA.GOV
Background:
The IOL Master 700 will replace the end-of-life IOL Master 500, that is utilized in pre-operative care of cataract surgery patients.
Specifications:
1. Instrument shall be capable of performing intraocular lens calculations for cataract surgery preparation
2. Instrument shall be capable of utilizing Swept Source OCT technology to minimize off-axis errors in axial length measurements across entire length of the eye to identify insufficient fixation during measurements
3. Instrument shall be capable of measuring intraocular structures, including anterior chamber depth, and lens position and tilt, and incorporate this information into intraocular lens calculations for cataract surgery preparation
4. Instrument shall be capable of transfering reports to DICOM, HL7, and FORUM for evaluation and record management
5. Instrument shall be designed to allow use on a patient in a wheelchair
EVALUATION CRITERIA/ SUBMISSION OF OFFER
All Questions Shall be submitted in writing in response to the Solicitation and are due no later than Wednesday 19 August 2016 at 3:00 PM EST. Questions shall be emailed to
[email protected] on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 22 August 2016.
Contractor is responsible for verifying all existing field conditions. Contractor assumes the responsibility of surveying the existing conditions as part of their performance.
Christopher A. Callihan
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300 x3374 or 3375
Email:
[email protected]
Evaluations will conducted under FAR Part 13 and any subsequent award will be made to the offer that provides the best value to the Government. In addition to price, offers were be evaluated on technically meeting the Governments requirement, and delivery and installation schedule. In addition to completing the cost/price schedule, contractors shall provide sufficient data/brochures to allow the Government to complete a technical comparison of the items offered to meet the Government's requirements. Failure to do so will result in an unacceptable offer. A proposed delivery/installation schedule is to be provided.
Bid Protests Not Available