Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
MODIFICATION

66 -- Ophthalmic Microscope - Request for Information (RFI) - Ophthalmic Microscope, Portable

Notice Date
6/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
spm20009rfi8013
 
Archive Date
7/30/2009
 
Point of Contact
Kelly Teel, Phone: 215.737.2057, John Wolstenholme, Phone: 215-737-9097
 
E-Mail Address
Kelly.Teel@dla.mil, john.wolstenholme@dla.mil
(Kelly.Teel@dla.mil, john.wolstenholme@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) - Ophthalmic Microscope, Portable OPHTHALMIC MICROSCOPE, PORTABLE REQUEST FOR INFORMATION 1.0 INTRODUCTION 1.1 General. This Request for Information is an invitation to submit to the Defense Supply Center Philadelphia (DSCP) the following: information, quotes, and listed support documentation for all components and accessories for a Portable Ophthalmic Microscope. 1.2 Submission Package. The submission should consist of technical literature addressing compliance with the functional requirements along with a price structure. Respondents may be requested to provide all operator and service manuals, parts list, training cd's, and schematics for review of completeness and clarity. Additionally, the government may request at a future date an on-site demonstration of the functional packing and the system's ability to meet the required functionality and interoperability requirements stated here-in. Portable Ophthalmic Microscopes will be reviewed, tested, and validated by government equipment specialists and clinical staff. 1.3 The government plans to test offered systems to requirements of this RFI as part of its evaluation of proposals. Test and evaluation will include, but is not limited to, temperature, drop, and other environmental resistance requirements, usability (to include clinical review), and maintainability requirements. Prior environmental testing conducted by Government laboratories may be accepted in lieu of new testing. 1.4 Submission Address/Point of Contact. All Submissions, questions, and inquiries regarding this RFI should be directed to the Contracting Officer John Wolstenholme @ 215 737-9097. Technical questions can be answered by Engineer Sean Hoang 215 737-0899. 2.0 SCOPE The United States Government requires a Portable Ophthalmic Microscope capable of performing to the objectives described within the RFI in order to meet the specifications for use within a wide variety of clinical and environmental conditions. 3.0 Functional Requirements. 3.1 Shall be a fiber optic illuminated and motorized operating microscope system for ophthalmic surgery. 3.2 The microscope body shall consist of:: 3.2.1 A continuous magnification zoom changer providing minimum settings from 4.2x to 25x. 3.2.2 Binocular, stereoscopic, convergent angle 10 degrees for viewing comfort. 3.2.3 45 degree tube inclination with high eye relief and reversible eye cups for ease of use by spectacle wearer. 3.2.4 A minimum 180mm working distance from auxiliary objective. 3.2.5 Eyepieces interlocked tubes equipped with removable high-eyepieces with locking diopter positions and wide field high eye relief with diopter adjustment - 5.0 to +5.0. 3.2.6 The eyepieces provided with reversible eye cups for each use by spectacle wearers and continuously adjustable interpupiliary distance of approximately 50mm to 70mm. 3.2.7 System provided with minimum f=180mm objective lens. 3.2.8 System provides for fine focusing with a travel range of at least +/-25mm. 3.2.9 System lenses with multi-layer broad band, anti-reflective coating. 3.2.10 A field-of-view minimum ranging from 9mm to 53mm. 3.2.11 System shall be provided with sterilizable knobs. 3.3 The illumination system shall consist of: 3.3.1 Manual and pedal focus adjustment and body positioning. 3.3.2 Integrated coaxial fiber optic illumination with exchangeable fiber optic bundle. 3.3.3 A fiber optic coaxial illumination system which includes an illuminator housing with built-in power supply, on/off, intensity controller, and any necessary column mounting brackets. 3.3.4 Light output ports to transmit enough light to the main microscope illumination system, slit illuminator, and homogeneous illuminator. 3.3.5 Main and auxiliary light shall be supplied by an approved ophthalmic source. 3.3.6 Built-in spare lamp or a spare plug-in module with bulb, if indicated by the light source. 3.3.7 Light (intensity) control is five step, standby control to select previous settings. 3.3.8 External slit and homogeneous illuminators are prefocused and allows a means for repositioning and refocusing. 3.4 The structural support support system shall include: 3.4.1 A mobile floor stand that contains base, column and horizontal arm assemblies, and any necessary counterweights and stabilizer weights to maintain safe balance during use. 3.4.2 Lockable casters shall be a minimum of 5 inch diameter. 3.4.3 Provide unit with spring balanced double suspension arm with an extension of at least 65cm horizontally and 63.5cm vertically. 3.4.4 Stand height shall extend at a minimum 170cm. 3.5 The motorized control system shall consist of: 3.5.1 A motorized control system consisting of a foot control panel, power control unit(s) and all necessary connectors to control, magnification changer zoom, focus adjustment, and microscope x-y axis positioning with automatic re- centering. 3.5.2 Two(2) sets of any necessary cable clamps to keep motor control cables out of sterile field. 3.5.3 Motorized(Objective) or manual(Threshold) body tilt mechanism that does not restrict focusing range. 3.5.4 Assistant's binocular stereo microscope with zoom or minimum 3-step magnification changer, an overall magnification range of at least 4.2X to 25X continuous, and high eyepoint eyepieces with locking diopter positions. 3.5.5 Ability to accept a video camera and monitor for Telemedicine. 3.6 Shall have the following electrical characteristics: 3.6.1 Shall operate on AC electricity, 110-220 volts, 50/60 Hz. 3.6.2 A battery backup of powered components, able to function for one(1) hour(Threshold) or two(2) hours(Objective). 3.7 The Ophthalmic Microscope shall meet the following reliability, maintainability, and supportability requirements. 3.7.1 Offerors shall submit reliability and maintainability data, to include mean time between failures (MTBF) and mean time to repair (MTTR) with any offered system. 3.7.2 Offerors shall submit user references for the offered system. 3.7.3 Support items should be commercially available and not proprietary. 3.7.4 System shall be field maintainable by military biomedical engineering technicians and shall be provided with the following items to support machine maintenance: 1) Special tools and test equipment list 2) Consumable and durable support item lists 3.7.5 Shall have protective cover for microscope 3.8 Packaging 3.8.1 System Package. Each complete Ophthalmic Microscope system, including all components, will be packed in reusable hardened cases. 3.8.2 Weight. Complete unit in hardened cases shall not to exceed a total of 200 lbs. 3.8.3 Cube. The government desires the smallest possible cube size 3.8.4 Vibration. When packed, all equipment shall be protected from damage caused by normal transportation vibration from military vehicles traveling over rough terrain. 3.8.5 When packed, all equipment shall be protected from damage caused by a drop of up to 30" on any corner. Smaller cases (<100lbs) will be tested at 48". 3.8.6 Shall be designed such that consumables and other materials that deteriorate (e.g., batteries) shall be stored in a non-installed position to prevent damage but still be available for testing of the system. 3.9 Environmental Performance 3.9.1 The complete system shall be capable of withstanding storage temperature ranges from -35 degrees to 160 degrees Fahrenheit without damage. Evaluation shall be in accordance with MIL-STD-810G. 3.9.2 The complete system will operate at manufacturers' specifications within the operational temperature ranges from 40 to 104 degrees Fahrenheit (threshold),40 to 130 degrees Fahrenheit (objective). Evaluation shall be in accordance with MIL-STD-810G. 3.9.3 The complete system shall be capable of withstanding a high humidity operational environment of 86 degrees Fahrenheit at 95%RH and 140 degrees Fahrenheit at 95%RH when not in operation. Evaluation shall be in accordance with MIL-STD-810G. 3.9.4 The complete system shall operate at manufacturers' specifications in a dusty environment (particle size ≤ 105 µm) with a settlement rate of p to 6±1g/m²/day for 3 days. Evaluation shall be in accordance with MIL-STD-810G. 3.10 Service 3.10.1 Warranty. A one (1) year warranty on Parts and In-House Labor and Technical Support including 24 hours per day, 7 days per week operator/maintainer telephone support during the warranty period shall be included. 3.10.2 Software/Hardware Upgrades. A one (1) year maintenance agreement to include software/hardware upgrades, with an optional renewable agreement. 3.11 Training 3.11.1 One (1) CD or DVD-based training video covering system set-up, use, and troubleshooting for operator and maintenance personnel shall be included. 3.11.2 Interactive on-line training for operators shall be provided for the system 3.12 Documentation 3.12.1 Schematics. All component and printed circuit card schematics shall be included. 3.12.2 One (1) hard copy manual and one (1) CD manual for each of the following shall be included: 1) Operators manual with Copyright Release 2) Service manual with Copyright Release 3) Parts Lists with Costs and Copyright Release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/spm20009rfi8013/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN01853409-W 20090625/090624000012-cc35dc40da073e71f742fda226bea76c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.