Air Force Test Center Installation Operational Contracting Division/PZIOAC, Eglin AFB FL, 32542
Proposed Solicitation number/Identifier: FA2823-21-Q-6012
Date: 12 April 2021
The AFTC Installation Operational Contracting Division (AFTC/PZIOA), 308 West D Avenue Eglin AFB, FL 32542 intends to award a sole sourcE, Firm-Fixed Price contract to:
PROAIM Americas, LLC,
16024 Manchester Rd Ste 200,
ELLISVILLE, MO 63011-2195,
Cage: 60B94.
This acquisition is to provide IOL Master 700.
This requirement is for:
CLIN 0001:
ITEM CODE
DESCRIPTION
QTY
266002-2118-007
ZEISS OS - IOLMASTER 700 WITH SWEPT SOURCE OCT. INCLUDES KEYBOARD, MOUSI PRINTER
1
000000-1739-545
ZEISS OS - IT 1060-120V (IOL MASTER. YAG, TABLE)
1
40IOL7BS
CARL ZEISS MEDITEC. INC. BARRETT SUlTI LICENSE - IOL MASTER 700 SYSTEM
1
000000-1865-7 13
CARL ZEISS ~IEDITEC. INC. - ILLUMINATION OPTION REFERENCE IMAGE
1
40IOL7TK
CARL ZEISS MEDITEC, INC. - IOLMASTER 70( LICENSE TOTAL KERATOMETRY I I/EA
1
40IOL7CT
CARL ZEISS ~IEDITEC, INC. - CENTRAL TOPOGRAPHY LICENSE - THE CENTRAL TOPOGRAPHY LICENSE ENABLES THE DISPLAY OF ANTERIOR AXIAL POWER MAP AND TOTAL AXIAL POWER MAP (AVAILABLE WITH TK LICENSE) OF THE CENTRAL CORNEA. **REQUIRES IOLMASTER 700 SOFTWARE 1.90 OR HIGHER.•
1
IN ADDITION TO THE ITEM ABOVE, THE FOLLOWING SERVICES WILL BE PROVIDED WITH THE PURCHASE:
The statutory authority which permits sole source for this acquisition is 41 United States Code (USC) 1901, as implemented by FAR 13.106-1(b)(1). This authority is supported by an approved Far Part 13 Single Source Justification. It is the Government's intent to proceed with this sole source action. The applicable NAICS code is 334510. The size standard as defined by the U.S. Small Business Administration is 1,250 employees.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses received by 12:00 pm CDT on 19 April 2021 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Questions shall be submitted electronically to SrA Shawn Mount at: [email protected].