Page 11 of 11 Page 1 of This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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. This is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26025Q0468. The Government anticipates awarding a firm-fixed price supply order from this solicitation. This is a solicitation for Eyecon 9430 and Support. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective January 17, 2025. This solicitation is 100% set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees, and the PSC is 6515. All interested companies shall provide quotations that are Brand Name or Equal To the following: Equipment Needed: Item # Description/Part Number* Qty Price Extended Amount 1 Eyecon 9430 Portland Including field service installation 2 2 Eyecon 9430 Vancouver Including field service installation 2 3 12 Month Support Portland 1 4 12 Month Support Vancouver 1 5 Trade in Allowance Eyecon 9400 or 9420 Portland 2 6 Trade in Allowance Eyecon 9400 or 9420 Vancouver 2  TOTAL  SALIENT CHARACTERISTICS Must include large counting area - Platter Surface Area: 48 sq Must fit in existing space - Dimensions: 28 H X 11 W X 17.5 D Screen: 7 Color LCD flat panel touch screen Barcode Scanner: Integrated 1D &2D scanner Supply Voltage: 100 VAC 240 VAC Frequency Range: 50/60 Hz Current: 0.75 A Temperature Range: 50-90 degree Fahrenheit Communication: (2) USB Relative Humidity: Up to 70% at 90 degree Fahrenheit Altitude of Use: Up to 2000 meters Accuracy: 99.99% count accuracy Design: Open flow, easy to clean Must connect and interface with ScriptPro and Vista servers and equipment for prescription processing Must use barcode verification to ensure accuracy of dispensing and must work with ScriptPro label barcode Must have additional counting platters for penicillin and sulfa to avoid cross-contamination Requires image storage capability Must be able to identify the correct prescription, the correct drug and strength, and the exact count. Must be able to recognize and identify incorrect pills, foreign matter, and tablet fragments. Must be able to Count all sizes and shapes of capsules and tablets. Must have Validation and inventory of ointments, creams, solutions, and pre-packs. Must have a camera to show the exact pill amount being placed in the prescription bottle. Must provide for Every prescription transaction an annotated pill tray photograph with individually numbered pills. Pharmacists and technicians can view all prescription transactions and associated photos via the already-in-place interface and export them when needed. Must Notify when wrong fill quantity, double count and back count, partial fills, generic substitutions, inventory updates, and physical inventories. Must have a unit of use which allows the operator to record and track manually counted pills and Full bottle counts within the report database. Must provide audit reports that allow staff to analyze various aspects of prescriptions filled. Must have capability to search C-II prescriptions, specific drug numbers, specific uses, partial-fills and types, and number of prescriptions filled per day. Additional information sought: Warranty Must have minimum 1 year warranty Place of manufacture Please provide the place of manufacture Statement of Work: EyeCon 9430 Trade-In and Support Scope of Work: Provide Eyecon 9430 and EyeCon Interface Controller with installation and one (1) year of support to be used at the Portland VA Medical Center Pharmacy and at the Vancouver VA Medical Center Pharmacy Background: The Portland and Vancouver outpatient pharmacies utilize ScriptPro s Central Pharmacy Workflow System and Robotics. The Eyecon units require replacement to maintain compatibility and functionality with the current version of ScriptPro. Scope: The vendor will deliver a working Brand Name or Equal to ScriptPro EyeCon Model 9430 with Interface Controller counting tray with an operational display, software and database, camera, Ethernet connection and barcode reader. The vendor will supply if needed, a technician and or contractor to unbox and setup device to be functioning. It will have a counting tray and a sulfa/penicillin platter to prevent cross-contamination. All database and software upgrades shall be included. The vendor will remove the trade-ins. This solicitation uses a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name. 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: 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 conform 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) Delivery FOB Destination 90 days after receipt of order. All deliveries will be coordinated with the following locations: Place of Delivery and Installation: Portland VA Medical Center 3710 SW US Veterans Hospital Road Portland, OR 97239 AND Vancouver VA Medical Center 1601 E Fourth Plain Blvd. Vancouver, WA 98661 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.252-1 Provisions Incorporated by Reference (FEB 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. 1. Technical compliance 2. Price *Adherence to the technical characteristics and meeting the special standard is more important than price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.213-3 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. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-33 Nonmanufacture Rule (SEP 2021) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (JAN 2025) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.203-17 52.204-27 52.209-6 Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) 52.222-3 52.222-19 Convict Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (FEB 2024) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 52.226-8 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 10:00 AM PST on 04/22/2025. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation and Information: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision)