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 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, specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-03 Dated February 23, 2024
Solicitation #36C26224Q0735 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.
This procurement will be issued under an unrestricted solicitation. The North American Industry Classification System (NAICS) Code is 339112 and the Small Business Administration s (SBA) size standard of 1,000.
The Government is seeking a contract to acquire an Ultra-Widefield Retinal Camera with Swept-Source OCT for the VA San Diego Healthcare System (VASDHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics:
It must have ultra-widefield retinal imaging with integrated, Ultra-Widefield (UWF) guided swept-source Optical Coherence Tomography (OCT)
It shall produce a 200° single-capture optomap image in less than ½ second
It shall enable guided Optical Coherence Tomography (OCT) scanning across the retina and into the far periphery
It must capture a single image at 82% of the retina (927mm2)
It must provide a montage image that shows up to 97% of the retina (1166mm2)
It must have clinically validated color imaging, that is equal to color fundus photography for pathology detection
It shall have multiple wavelength color imaging that can provide color, red-free, choroidal, and true-color views with a single capture
It must have proprietary software that presents images in a consistent geometry that accurately represents anatomical features across the retina and allows for accurate measurements across the retina
It must have the following features:
Auto-capture capability
Light source wavelengths: red 635 nm, green 532 nm, blue 488 nm, IR 802nm DICOM compliant as per the DICOM Conformance Statement
Able to perform fundus autofluorescence (AF) with green laser
Able to perform fluorescein angiography(FA)
Able to perform indocyanine green angiography(ICGA)
All functions (color photo, red-free photo, choroidal imaging, AF imaging, FA, and ICGA) are included in a single compact system
Includes image overlay software for accurate comparison of images from different days and in different modes
Includes image measurement tools
Capable of stereo disc imaging
System includes an automatic, wheelchair accessible table
Powered via connection to standard AC outlet (100 to 240V)
The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details.
See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation.
Place of Performance: VA Jennifer Moreno Medical Center, 3350 La Jolla Village Drive, San Diego, CA 92161.
Period of Performance: Within 90 days of placing order.
Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process.
Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission.
Submit all question(s) to Emiljan Golemi at Emiljan.Golemi@va.gov no later than March 6, 2024, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation #36C26224Q0735 within subject line of the email.
Quotes must be received by March 11, 2024, by 4:00 PM PST. Email your quote to Emiljan Golemi at Emiljan.Golemi@va.gov . Ensure to reference solicitation #36C26224Q0735 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.
CLAUSES
FAR Number
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
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
FEB 2012
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012)
AUG 2012
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
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
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
APR 1984
852.215-70
SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS
JUL 2016
52.204-27
PROHIBITION ON A BYTEDANCE COVERED APPLICATION
PROVISIONS
JUN 2023
52.211-6
52.212-1
BRANDNAME OR EQUAL
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
AUG 1999
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS
NOV 2014