Virginia Bids > Bid Detail

6540--Brand Name Only - Reichert Inc., Model 11636 Illuminated Phoroptors. eight (8) each. This is NOT a request for quotes.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159856792994207
Posted Date: May 24, 2023
Due Date: Jun 5, 2023
Solicitation No: 36C24423Q0873
Source: https://sam.gov/opp/c26a7ee46e...
Follow
6540--Brand Name Only - Reichert Inc., Model 11636 Illuminated Phoroptors. eight (8) each. This is NOT a request for quotes.
Active
Contract Opportunity
Notice ID
36C24423Q0873
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 24, 2023 04:23 pm EDT
  • Original Response Date: Jun 05, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Corporal Michael J. Crescenz VA Medical Center Philadelphia VAMC Philadelphia, , 19104
    USA
Description
STATEMENT OF NEED

A.1. INTRODUCTION
The Corporal Michael J. Crescenz VA Medical Center (CMC VAMC), 3900 Woodland Avenue, Philadelphia, PA. 19140, has a requirement for eight (8) Brand Name Only Reichert model 11636 Illuminated Phoroptors. The phoroptors will be delivered to the VA Medical Center Optometry Clinic and shall be the most current version available out in the marketplace today.
A.2. BACKGROUND
The Phoroptor operation and construction with illuminated dials make it easier and more efficient to perform refractions in the darkened setting of the exam room. The illuminated Phoroptor features lighted sphere, cylinder power and cylinder axis scales that are easier to see. With energy efficient LEDs that light only when you need them to see. The minus cylinders will replace the ones currently in use that are not illuminated.
A. 3. SCOPE OF WORK
Contractor shall deliver all items after receipt of award issued by the Government.
VA anticipates award of a firm-fixed price from this solicitation.
Government expects vendor to have access to an immediate supply of phoroptors with no more than a 15 day wait.
This project will provide eight (8) state of the art Reichert model 11636 illuminated phoroptors minus cylinder for the Optometry Clinic. The equipment and manufacturer are well known to the Optometry Clinic as they presently have Reichert Phoroptors in place and are upgrading to the illuminated version.
The vendor will supply peripheral items to ensure a fully functional system.
The total quote includes Warranty, Shipping and Handling of the equipment.

Reichert llluminated Phoroptor Catalog Number: 11636Â Minus Cylinder - Black

Included Accessories (no extra cost):
   ± .25 Flip cross cylinder
   + 1.50 Retinoscopic Lenses
   Accessory Case
   3 pair nylon face shields
   Rotochart
   Reading rod with card holder
Â
Sphere:
-19.00D to +16.75D
0.25D Steps
+0.12D Sphere in auxiliary dial included
Cylinder Power:
0.00D to 6.00D
0.25D Steps
Plus or minus lens system optional 0.12D and 2.00D accessory cells included

Cylinder Axis:
360 degrees (Double 0 to 180 degrees scale)
5 degrees graduations

Cross Cylinder:
± 0.25
± 0.37 or ± 0.05 Optional

Prism:
0 to 20 Prism Diopter, 1 Prism Diopter graduations

P.D.:
48 mm to 75 mm, 1 mm graduations

Vertex Distance:
13.75 mm (normal)
Graduations extend range by 6 mm

Reading Distance:
5 to 28 inches
Centimeter and diopter scales included

Auxiliary Dial:
10 lenses plus 2 open apertures

B.1. INSPECTION AND ACCEPTANCE
1. The warehouse shall receive all equipment prior to Biomedical Engineering inspecting the equipment
2. Disputes shall be resolved by the Contracting Officer

C.1. DELIVERY/STORAGE REQUIREMENTS
1. Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair
2. Deliver specified items only when site is ready
3. Store equipment in dry conditions
4. Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government.
5. PO# must be on outside of shipping box for easy identification.
Delivery Days are Monday through Friday during normal business hours which are defined as 7:30am to 3:00pm. National Holidays are excluded. Any delivery service performed for emergency orders may be delivered other than normal business work hours and must be approved.
The Contractor is not required to provide delivery services on the following National Holidays, nor shall the Contractor be paid for these Holidays and any other declared national holiday by the President.
HOLIDAY
MONTH
New Year s Day
January
Martin Luther King s Birthday
January
President s Day
February
Memorial Day
May
Juneteenth
June
Independence Day
July
Labor Day
September
Columbus Day
October
Veterans Day
November
Thanksgiving Day
November
Christmas Day
December

The Contractor shall deliver all equipment in original shipping cartons to the Corporal Michael J. Crescenz VAMC located at 3900 Woodland Avenue, Philadelphia, PA. 19104 The Contractor shall coordinate all deliveries, staging areas, and parking arrangements with the VA Police and Warehouse personnel. It is the Contractors responsibility to remove all related shipping debris and clean-up any construction associated with delivery of specified items. Contractor shall remove all packing from the Corporal Michael J. Crescenz VAMC premises. Contractor is responsible for any damage to the building that occurs due to Contractor error or neglect.
D.1. Deliverables
1. Operation and Maintenance Manuals 1.
2. Deliver compilation of all manufacturers recommended maintenance schedule and operation materials.
3. the vendor must provide preventive maintenance services, or preventive maintenance training to Users and Biomedical technicians when appropriate, to meet at a minimum Joint Commission standard.
E.1. ASSEMBLY
1. All employees of the general contractor and subcontractors shall comply with CMC VAMC policies including but not limited to vendor credentialing, parking, check-in-procedures, name badges, smoking policies, and confidentiality.
2. Contractor is responsible for removing all packing materials and related waste and dispose of off-site.
F.1. POINT OF CONTACT
The POC s for this project are Laurie Rentz, COR, and Christopher Suhr, OD Chief of Optometry.
G.1. WARRANTY
The Contractor shall provide at least a one-year manufacturer s warranty on all parts. Any recalls to the equipment, the vendor agrees to replace within three business workdays without any additional cost to the government. The Government understands there could be global supply and shipping issues for replacement parts. The warranty shall include shipping costs associated with any warranty repair.

Instructions
The information identified above is intended to be descriptive, of the Brand Name Only - Reichert model 11636 Illuminated Phoroptors, to indicate the quality of the supplies/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 supplies/services that fulfill the required specifications mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112.

Please answer the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc?
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.


(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?


(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.


(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.


(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(10) Please submit your capabilities regarding the brand name equipment.


(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.


This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Monday June 5, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0873 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 24, 2023 04:23 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >