Page 7 of 13 Page 1 of DESCRIPTION Agency: The Department of Veterans Affairs, Facility: Atlanta, Georgia VA Medical Center Location: 1670 Clairmont Road, Decatur, GA 30033 Opthalmology Service Line Brand Name Only Requirement The Brand Name Manufacturer is Haig Street / Reliance The solicitation is issued as a Service-Disabled Veteran Owned Small Business Set-Aside Requirement: New; no existing contract. Contract Type: Firm Fixed Price (FFP). The combined synopsis solicitation is set aside for SDVOSB participation only. Note: Interested offerors must maintain an active registration in both SAM.gov and https://vetbiz.va.gov to be considered for the Award. Interested quoters are asked to provide their company s Unique Identity Identifier (UEI). The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing with a small business size standard of 800 employees. The FSC/PSC is 6540, Ophthalmic Instruments, Equipment and Supplies. NOTES: Background: The Ophthalmology Department s requirement is for twenty (20) new manufacture only, Brand Name Only, Reliance FX920 patient chairs with 8 wheelchair glides. The existing Ophthalmology Department s chairs have reached end of life and need to be replaced. Brand Name Only: The Ophthalmology Department s requirement is specifically for Brand Name Only, with the Brand Name being Haig Street / Reliance. Each manufacturer of Optical Tilt Exam Chairs maintains a proprietary integration between the chair and the instrument stand. In this specific case, the Atlanta VA Medical Center currently owns the Reliance IC7900 Instrument Stands; no other manufacturers Optical Tilt Exam Chairs are compatible. Removal of Existing Chairs: The existing chairs must be moved by the contractor to the Atlanta VA Warehouse; the Atlanta VA Warehouse staff will receive and process the return. Disposal of Packing Materials: The contractor will be responsible for disposal of all packing materials, to include and not limited to, wooden crates, corrugated boxes, foam inserts, bubble wrap, plastic bags; heavy duty tape. The contractor is authorized to dispose of all packing materials using either one of the available Atlanta VA dumpsters or using the installers dumpster. The contractor shall not leave any wooden crates or other packing materials at the installation location. Trade-In: There is no available trade-in for the existing chairs. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 20.00 EA __________________ __________________ BRAND NAME ONLY: Brand Name Manufacturer: Reliance Brand Name Description: Reliance FX-920 Full Power Tilt Examination Chair (P/N 092052) Brand Name Part Number: P/N 092052 Salient Characteristics: Tech Specs Base: 22 5/16", width 24 1/2". Two base heights. High: 24 3/4" lowered and 35 3/8" raised. Low: 22 1/4" lowered and 30 3/4" raised. Depth upright (excluding headrest): 41"; Reclined: 57". Seat: 20" wide by 15" deep. Distance between armrests: 19 1/2". Shipping weight: 370lbs. Standard electrical: 110 volts, 60/50 Hz, 6.3 amperes. Optional electrical: 230 volts, 50 Hz, 4.0 amperes Must be Compatible with: Reliance IC7900 Instrument Stands Salient Characteristics: Tech Specs Height to console: 36 . Height to pole top: 71 . Base: 21x 21 . Shipping weight: 292 lbs. Electrical (Standard UL Listed), 120 volts, 50/60 Hz, 10.0 amperes. Optional: 200-240 volts, 50/60 Hz, 6.3 amperes. 00002 20.00 EA __________________ __________________ BRAND NAME ONLY: Brand Name Manufacturer: Reliance Brand Name Description: Reliance FX-920 Exam Chair 3-Year Extended Warranty (P/N FX920 3Y EW) (04.01.25) Brand Name Part Number: P/N FX920 3Y EW 04.01.25 0003 1.00 EA __________________ __________________ INSTALLATION Haag-Streit Installation: Remove existing chairs and install new chairs GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE All actions are required to be completed within 60 days of the effective date of the contract. ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 Atlanta VA Medical Center 1670 Clairmont Road, Decatur, GA 30033. 20.00 0002 Atlanta VA Medical Center 1670 Clairmont Road, Decatur, GA 30033. 20.00 0003 Atlanta VA Medical Center 1670 Clairmont Road, Decatur, GA 30033 1.00 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (Nov 2021) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Provision) Page 8 of 13 Page 1 of The following Commercial Items clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Nov 2021 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Dec 2022 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS Mar 2023 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Dec 2022 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION May 2022 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-1 BUY AMERICAN-SUPPLIES Oct 2022 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Mar 2023 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS Feb 2023 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Feb 2023 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (DEVIATION) Jan 2023 Page 12 of 13 Page 1 of VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) Definitions. As used in this clause Contract financing payment has the meaning given in FAR 32.001. Designated agency office has the meaning given in 5 CFR 1315.2(m). 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. Invoice payment has the meaning given in FAR 32.001. Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. 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 considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) 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. Invoice requirements. Invoices shall comply with FAR 32.905. 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: Awards made to foreign vendors for work performed outside the United States; Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) Page 13 of 13 Instruction to Offerors All quoters shall submit your Quotes no later than Thursday, December 18, 2025 at 10:00AM (EST), via email to joseph.locke@va.gov. Please place in ATTENTION: Optical Tilt Exam Chairs in the subject line of your email. All offers must include the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides an additional benefit(s). Quotations may exceed the minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. Evaluation Factors: The evaluation will consider the following: Technical Approach: The offeror s quotation must clearly detail how all line items meet or exceed all stated salient characteristics. The offeror must be an authorized reseller; shall provide evidence/documentation supporting they are authorized to resell/distribute/install/maintain/service all hardware / equipment & software without any loss to warranty coverage. The offeror s quotation must identify the country of origin. Price: The Government will add the price of all Line Items to get a total overall price. This price will be what is used for the comparison. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Joseph Locke Contracting Officer Network Contracting Office 7 joseph.locke@va.gov