DOCUMENT
65 -- Inspection Scopes - Attachment
- Notice Date
- 2/3/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25017Q0281
- Response Due
- 2/10/2017
- Archive Date
- 4/11/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
lthcare
- Small Business Set-Aside
- N/A
- Description
- Page 3 of 3 This "Sources Sought Notice" is to determine sources for providing Inspection Borescopes (complete operational system) as listed below (or Equal) for the Louis Stokes Cleveland VA Medical Center. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals. All responsible sources may submit a capability statement which shall be considered by the agency. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. Inspection Borescopes(complete operational system) Background Louis Stokes Cleveland VA Medical Center is requesting 15 complete Borescope visualization systems with extra borescopes in various sizes to meet SPS Departmental requirements for inspection of lumened Surgical Instrumentation and Endoscopes. Louis Stokes Cleveland VA Medical Center is requesting 15 complete Borescope visualization systems with extra borescopes in various sizes to meet SPS Departmental requirements for inspection of lumened Surgical Instrumentation and Endoscopes. Louis Stokes Cleveland VA Medical Center requires that all specs below be met to meet the needs of the Government. ONLY INSTRUMENTATION MADE IN THE US OR EUROPEAN UNION WILL BE ACCEPTED. CONTRACTOR WILL BE REQUIRES TO INSTALL ALL UNITS TURNKEY AT EACH SPS STATION AND ENSURE THAT ENDOSCOPES AND EQUIPMENT ARE PROPERLY FUNCTIONING. (15) 50075: Zibra Millicam HD Base Unit (or equivalent) Shall have integrated image & video capture Shall have a minimum of 1080i HDMI digital display output Shall have RGB component video output Shall have external power supply Shall have 6 foot HDMI Type A to Type C Mini Male/Male Cable May have optional USB flash drive port for capture storage May have optional USB port for keyboard (15) 50076: Zibra Millicam HD Zoom Camera Handle (or Equivalent) Shall be compatible for all milliscope II (or Equal) probes Shall have integrated HD digital Camera Shall have adjustable optical zoom Shall have adjustable scope focus ring Shall have integrated LED scope illumination Shall have integrated image/video capture button Shall have a minimum 1.2 m length wand cable length (15) 50157: Zibra Milliscope II Fiberscope 1.5 MM (or Equivalent) SHALL BE A MAXIMUM OF 1.5 MM DIAMETER OD OR SMALLER Shall have a minimum of 1025 mm working length Shall have a zero degree direction of view Shall have a flexible scope shaft Shall have a minimum of 17,000 pixel image fiber Musst have a minimum of 65 degree Field of View (FOV) and a 6 mm set focus Shall have a 25mm minimum bend radius INSERTION SHAFT SHALL BE SEALED AND WATERTIGHT (15) ZC-VM21.5C 21 HD VIDEO MONITOR (or Equivalent) Shall have full HD resolution at a minimum of 1920 x 1080 Shall have LED backlights Shall have Video Inputs for HDMI, DVI, VGA and Composite (2) 50158 Zibra Milliscope II Fiberscope 0.7MM (or Equivalent) SHALL BE A MAXIMUM OF 0.7 MM DIAMETER OD Shall have a minimum 1025 mm working length Shall have zero degree direction of view Shall have a flexible scope shaft Shall have a minimum of 10,000 pixel image fiber Shall have a minimum of 70 degree Filed of View (FOV) and a 3-12mm DOF Shall have a minimum of a 17 mm bend radius INSERTION SHAFT SHALL BE SEALED AND WATERTIGHT (2) 50159 Zibra Milliscope II Fiberscope 0.5mm (or equivalent) SHALL BE A MAXIMUM OF 0.5 MM DIAMETER OD Shall have a minimum 1025 mm Working Length Shall have Zero Degree Direction of View Shall have flexible scope Shaft Shall have 6,000ku pixel image fiber Shall have 70 degree Field of View with a 3-12mm DOF Shall have a 10 mm minimum bend radius INSERTION SHAFT SHALL BE SEALED/WATERTIGHT (2) 50160 Zibra CoreView Flexible Videoscope (or equivalent) SHALL BE A MAXIMUM 2.1 MM DIAMETER OD Shall have a minimum 1025 mm Working Length Shall have Zero Degree Direction of View Shall have flexible scope Shaft Shall have a minium of 62,000 pixel CMO image sensor Shall have a minimum of 44 fps frame rate Shall have a 90 degree HFOV Shall have a 3-50 mm depth of focus Shall have integrated LED illumination module Shall have 30 mm minimum bend radius Shall have 60 degree Celsius maximum temperature INSERTION SHAFT SHALL BE SEALED/WATERTIGHT (2) 50161 Zibra CoreView Videoscope Control Module (or Equal) Shall have HD select video control module Shall be compatible with all Zibra videoscope models or equivalent Shall have US power supply Shall have USB 3.0 Cable Shall have PC image viewer/capture software or equivalent Shall have HDMI Video Cable Shall have a minimum of 1080p data transfer to HDMI monitor Shall have LED light intensity adjustment knob The Contractor 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 are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items shall be covered by the manufacturer's warranty. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry should include the following information: name address of company business size (large or small) identify applicable socioeconomic categories and any pertinent information which demonstrates firms ability to meet the above requirement. All responses shall be submitted no later than February 10, 2017 at 10:00AM EST. Responses shall be emailed to: Christopher.Callihan@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0281/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0281 VA250-17-Q-0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252465&FileName=VA250-17-Q-0281-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252465&FileName=VA250-17-Q-0281-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0281 VA250-17-Q-0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252465&FileName=VA250-17-Q-0281-000.docx)
- Record
- SN04390928-W 20170205/170203234620-9c3592983439fa0155d1e20c93da3b64 (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 |