Page 6 of 6
COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017.
Solicitation 36C26218Q9834 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract.
Solicitation number 36C26218Q9834 is issued as a Brand Name or Equal Request for Quotation (RFQ). This RFQ is set aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 500 employees.
The Government is seeking a contract to acquire 2 Microscopes for clinical patient care.
This solicitation is for brand name or equal and offerors shall be an authorized distributor by the manufacturer and must be able to offer full manufacturer warranties.
Place of Performance:
VA Los Angeles Healthcare System
Bldg. 297 Warehouse
11301 Wilshire Boulevard
Los Angeles, CA 90073
Period of Performance: Delivery before 09/28/2018
PART NUMBER
QTY EACH
DESCRIPTION
BX63TF
2
BX63F; MOTORIZED MICROSCOPE FRAME, W/Z-MOT,TPC & LED TRANS
U-B315
2
BX3-CBH; CONTROL BOX FOR BX63FULLY MOTORIZED SYSTEM
U-R944
2
U-MCZ-1-2; FOCUS CONTROL MODULE FOR BX63/IX83
U-B30200
2
U-IFCBL200; CONNECTION CABLE FOR IX3/BX3/STM7 - 200CM
SIS-9701040
2
E9701040; SP-CABLE-IEEE1394-4.5M
SIS-FWLP
2
E97LMG-S0006-00; Legacy PCI Firewire 1394A Card, full length and low profile brackets, four 1394A/FireWire400 ports
UYCP-11
6
UYCP-11;US STYLE 3-PRONG POWER CORD
5-UL3152
2
U-LHLEDC-1-2; TRANSMITTED WHITE LED FOR BX43, BX46, BX63
6-U5292A
2
BX3-UCD8A-1-2;8-POS MOT COND,5-LG,3-SM,AS,POL,TL IN/OT
U-B30015
2
U-IFCBL15; CONNECTION CABLE FOR IX3/BX3 - 15CM
6-U526
2
U-TLD;DRY TOP LENS UNIVERSAL CONDENSER, NA 0.90
4-U234
2
BX3-STAD; STAGE ADAPTER FOR MANUAL STAGE
U-R177A
2
U-D7REA;7 POSITION MOTORIZED NOSEPIECE WITH DIC SLOT
U-B30050
2
U-IFCBL50; CONNECTION CABLE FOR IX3/BX3 - 50CM
5-UR740A
2
BX3-RFAA;BX3 MOTORIZED FL ILLU M 8-POS TUR, W/SHTTR, FLY-EYE
U-B30015
2
U-IFCBL15; CONNECTION CABLE FOR IX3/BX3 - 15CM
5-UL170
2
U-HGLGPS; ILLUM BODY,7 LEVELS, 130W BULB, NO LG OR ADAPTER
UYCP-11
2
UYCP-11;US STYLE 3-PRONG POWER CORD
5-S400-15
2
U-LLG150; LIQUID LIGHT GUIDE FOR U-HGLGPS, 1.5M
5-UL604
2
U-LLGAD; LIGHT GUIDE ADAPTER FOR U-HGLGPS
3-U330
2
U-TTR-2;TILTING TRINOC HEAD 50:50,100:0,0:100% POSITIONS
2-U1007
2
WHN10X-1-7;10X EYEPIECE FOR BX,IX HI EYEPNT,RETSHELF,FN:22
2-U100H6
2
WHN10X-H-1-7;10X EYEPIECE,FOC.BX,IX HI EPNT,RET SHELF,FN:22
OMT-010
2
MT-010;LOGO CLOTH DUSTCOVER 11X25X26", ANTI-STATIC BX, IX
1-U2B824
2
UPLSAPO10X2;U PLANS S-APO 10X OBJECTIVE; NA 0.4, WD 3.1MM
1-U2B832
2
UPLSAPO60XO; U PLAN S-APO 60X OIL OBJ,NA1.35,WD 0.15MM, BFP1
1-U2B836
2
UPLSAPO100XO;U PLAN S-APO 100X OIL OBJ, NA 1.40, WD 0.13
Z-81226
2
IMMERSION OIL 30CC, LOW AUTO-FL SET W/SDS
OCT-49000BX3
2
49000-BX3; ET-DAPI 350/50X, BS400, 460/50M
OCT-49302BX3
2
49302-BX3; ET-AQUA 436/20X, BS455, 480/30M
OCT-49304BX3
2
49304-BX3; ET-GOLD/YELLOW 546/10X, BS556, 572/23M
OCT-49312BX3
2
49312-BX3; ET - Green#3 Narrow band FISH 490/20x, 505BS, 525/20m
OCT-49305BX3
2
49305-BX3; ET-ORANGE 546/22X, BS565, 590/33M
OCT-59011BX3
2
59011-BX3; ET-Green/Orange #1 FISH Dual Multiband
OCT-59022BX3
2
59022-BX3; ET-EGFP/mCherry Dual Multiband
OCT-69013V2BX3
2
69013v2-BX3; ET-DAPI/Green #2/Orange Triple Multiband
Brand Name Info: Olympus America Inc
Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, the telephone number of the offeror, firm s DUNS#, total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items.
Response to this RFQ shall be due by Monday August 6, 2018, at 11:59 PM Eastern Standard Time (EST). Quotes shall be submitted electronically via email to Abby Schultz, Contracting Officer at
[email protected]. Offerors are advised to review and monitor the FBO website for the most up to date information, including all amendments. Correspondence or questions may be directed to Abby Schultz at
[email protected], with 36C26218Q9834 in the subject line. Telephone inquiries will not be honored. Inquiries after the allotted period may not receive a response due to the time constraints of the procurement.
NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE
The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause.
FAR Number
CLAUSES
Title
Date
52.209-6
PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
AUG 2013
52.212-4
52.212-5
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS COMMERCIAL ITEMS
FEB 2012
JAN 2017
52.217-8
OPTION TO EXTEND SERVICE
NOV 1999
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.233-1
DISPUTES
MAY 2014
52.233-3
PROTEST AFTER AWARD
AUG 1996
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
PROVISIONS
APR 1984
52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS
NOV 2014
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 3 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months.
(End of Clause)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have the electronic invoicing capability as described above.
(End of Clause)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
The order cannot be split, quotes must include all items.
Bid Protests Not Available