Description 1. This is a combined synopsis/solicitation for a Visionix Retinomax K-Plus 5 Auto Ophthalmic Refractor, BRAND NAME OR EQUAL, as prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26024Q0867 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06, dated 7/30/2024. 4. This solicitation is set aside 100% for Small Businesses and the associated NAICS 339112 code has a small business size standard of 1,000 employees. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service is honored by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The offeror is to provide, with their bid, a copy of their Authorized Distributor letter from the OEM IAW VAAR 852.212-71. The vendor shall provide new items ONLY; no remanufactured or "Gray Market" items. All items must be covered by the manufacturer's warranty. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 BRAND NAME OR EQUAL to Visionix Retinomax K-Plus 5 Auto Ophthalmic Refractor Equal Item and part number: ___________________________ 1.00 EA _____________ _______________ GRAND TOTAL __________________ 6. Comparable products must meet or exceed the following characteristics: 3.5 inch monitor, with tilting screen with a 100 degree seamless range of motion. Focus Assist - Informs the examiner of the optimum focusing point using the following color-coding system. Battery with 180 minutes capacity Automatic Axis Compensation and extended measurement range. Refractory: Spherical (S + C) - -20D to +23D (VD = 12 mm) (AUTO/0.12/0.25D steps) Cylinder - 0D to ±12D (AUTO/0.12/0.25D steps) Measurement of radius of curvature Radius of curvature - 5.00 to 15.00 mm (in 0.01 mm increment) Corneal astigmatism - 0D to ±12D (R5 mm to 13 mm) / 0D to ±7D (R14 mm to 15 mm) Center - ø3.2 mm (R8 mm) Pupil size measurement - 2.0 to 12.0 mm (in 0.1 mm increment) Printer - USB Micro-B Station Charger - AC 120 V, 60 Hz 7. Delivery: Delivery shall be within sixty (60) days from the time of award to be delivered to Alaska VA Healthcare System, 1201 N Muldoon Road, Anchorage, AK 99504. 8. Clauses: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-6 Unique Entity Identifier (OCT 2016) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it confirm to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) (End of Addendum to 52.212-1) 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: PRICE 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items 852.232-72 Electronic Submission of Payment Requests 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.225-1 Buy American Supplies (OCT 2022) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to christine.lindsey@va.gov and received no later than 15:00 EST on 8/28/2024. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted, and award will be made without discussions. 16. For information regarding the solicitation, please contact Christine Lindsey at christine.lindsey@va.gov.