The RFP Database
New business relationships start here

Supply: Visual Field Analyzer


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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, as supplemented with additional information included in this notice.B This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.B Solicitation number 36C24819Q1102 is issued as a Request for Quotation (RFQ).B The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number: 2019-06, Effective Date: October 10, 2019.B

The associated North American Industry Classification System (NAICS) Code for this acquisition is 333314, with a small business size standard of 500 employees.

All interested companies shall provide quotations using the below Price/Cost Schedule format for the following brand name or equal item.

PRICE/COST SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
______________
______________

Visual Field Analyzer with printer and table

Manufacturer: CARL ZEISS
Model/Product #: HFA3-860 (brand name or equal)

REFER TO STATEMENT OF NEED FOR INFORMATION ON SPECIFIC NEED/SALIENT CHARACTERISTICS.






GRAND TOTAL

________________

DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
JAMES A. HALEY VA HOSPITAL
13000 BRUCE B. DOWNS
TAMPA, FL 33612
USA
1
30 days ARO

ALL ITEMS SHALL BE DELIVERED AND INSTALLED WITHIN 30 DAYS AFTER RECEIPT OF ORDER (ARO) PROCESSING AND ORDER PLACEMENT.
STATEMENT OF NEED
Visual Field Analyzer with printer and table

GENERAL: The Ophthalmology Surgery Section of Surgical Service at the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd, Tampa, Florida 33612, has a requirement for a new Visual Field Analyzer.

BACKGROUND:B The current Humphrey Visual Field Analyzer (HFA) is outdated and has reached its end of life cycle.B The Visual Field machine is used to determine whether the visual field is affected by diseases that cause local scotoma or a more extensive loss of vision or even reduction in sensitivity.B

SCOPE:B This solicitation is published for brand name or equal to CARL ZEISS HFA3 Model 860. If an equal to brand name is available, it shall contain the salient characteristics listed below. Additionally, brand name equal product must be able to interface with currently used Visual Field Analyzer (HFA) to ensure patient legacy data can be transferred effortlessly to new equipment for the continuity of patient care. Vendors providing quotation for a brand name equal product, shall provide with their quote the functional and performance specifications (product brochure) associated with the equipment and manufacturer s equipment warranty information.

ESTIMATED QUANTATIES: B B B B B
1B B B B B B B B B Visual Field Analyzer with printer and table.

Brand Name Manufacturer:B Carl Zeiss
Name:B Humphrey Visual Field Analyzer Model/Product:B HFA3-860 (brand name or equal)

SPECIFIC NEED/ SALIENT CHARACTERISTIC S:

- Dimensions: 25 L x 22 W x 24 H not to exceed these dimensions due to space configuration and to allow for easy mobilization by clinical staff.
- Electrical Requirement: 100-120v- 50/60 Hz, 4.0A
- Internal Storage: 500 Gb
- Operating System: Windows 7-64 bit
- Fixation Control
Video eye monitor
Heijl-Krakau blind spot monitor
Gaze Tracking
Head Tracking
Vertex Monitoring
- Glaucoma Hemifield Testing (GHT)
- Visual Field Index
- Liquid Trial Lens
- Touch screen interface
- Kinetic Visual Field Testing
- Glaucomatous Progression Analysis

PERFORMANCE MONITORING: Appropriate training by contractor is required for utilization of the Visual Field Analyzer. Products will be safely and securely stored when not in use.B

PLACE OF PERFORMANCE:B James A. Haley Veterans Hospital, Eye Clinic, 10770 46th St., Tampa, FL 33613.

DELIVERY SCHEDULE: All items to be delivered and installed within 30 days of purchase order processing and order placement. FOB destination pricing.

WARRANTY OF EQUIPMENT: Contractor must provide manufacturer(s) warranty on all provided supplies.

The following Clauses applies to this acquisition:

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.
52.204 10 52.209-6 52.219-27 52.222-19
52.222.21 52.222 26 52.222-36 52.222-40
52.222-50 52.223-18 52.225-13 52.232-33

The clause at VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)

The clause at VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)

The clause at VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)

The clause at VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)

The clause at VAAR 852.246-71 REJECTED GOODS (OCT 2018)

The clause at VAAR 852.273-70 LATE OFFERS (JAN 2003)

The following Provisions applies to this acquisition:

The provision at 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2016)
The provision at 52.211-6, BRAND NAME OR EQUAL
The provision at 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS.

The provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)
Award shall be made to the quoter whose quotaton offers the best value to the Government. The
government will evaluate information based on the following evaluation criteria:

TIERED EVALUATIONS LIMITED TO SDVOSB OR VOSB

This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

This solicitation is being issued as a tiered evaluation with the following tiers for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, or in the alternative, as a tiered evaluation for Veteran-Owned Small Business (VOSB) concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited.



Upon completion of the tiered evaluation the comparative evaluation procedures will be used in accordance with FAR 13.106-2(b)(3).


COMPARATIVE EVALUATION

The Government will award a Firm-Fixed Price contract to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. Quoters are advised that quotation may exceed the requirements, but the government is not requesting or accepting alternate quotes; each response must respond to the solicitation requirement, stated in the RFQ.
The government will apply the following comparative evaluation process as the basis for award:
Assess the direct comparison of one quote with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when in accordance with the Statement of Need (SON) and this Request for Quote. It is an assessment of which response is best as a whole.
Once one quotation is found acceptable, it is compared side-by-side to the remaining ones, and the best one is chosen for the best value to the government.
The following comparative evaluation factors shall be used:
- Technical: Each offeror s quote shall be evaluated based on equipment and services specifications, to determine if the offeror provides a sound, compliant approach that meets the requirements of the Statement of Need and demonstrates a thorough knowledge and understanding of those requirements and their associated risk. In addition, the offeror must submit for evaluation (1) evidence of warranties, (2) specification of brand name or equal products as detailed in the Price/Cost Schedule and Statement of Need.
- Delivery Date: The purpose of the delivery factor is to assess the offeror s shipment information and after receipt of order (ARO) delivery days to meet the Government s delivery timeframe of 30 days ARO.
- Past Performance: The Government may rely on internal documentation including the Contract Performance Assessment Reporting System (CPARS) and contracting officer s knowledge of and previous experience with supply or service being acquired for determining Past Performance. If no record of past performance is found in CPARS, the contract shall not receive a favorable or unfavorable rating but shall receive a rating of neutral.
- Price: The Government shall evaluate for award purposes; the price of the supplies or services being acquired based upon the total price proposed for items identified for pricing which are applicable to the basic requirement(s). All offers with separately priced line items or subline items shall be analyzed to determine if the prices are fair and reasonable. Pricing shall be submitted using the enclosed Cost/Price Schedule.
Information not contained in a vendor s quote will not be considered during the evaluation. The Government intends to make award selection without clarification but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b)(3) for evaluation procedures are necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation.
The provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS.

All vendors must have an active registration in the System for Award Management (SAM) portal: https://www.sam.gov prior to award. All quoters certified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) must be verified as SDVOSB/VOSB in the VetBiz/VIP portal: https://www.vip.vetbiz.gov/ prior to award.

End of Provisions

All quotes shall be submitted to Raimundo Rivera at raimundo.rivera@va.gov and Leslie Hawkins at leslie.hawkins2@va.gov by 2:00pm EST on October 23, 2019.

Raimundo Rivera, Contract Specialist
raimundo.rivera@va.gov
Leslie Hawkins, Contracting Officer
leslie.hawkins2@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP