Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
DOCUMENT

65 -- Women's Clinic Microscopes - Attachment

Notice Date
3/3/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25617Q0382
 
Response Due
3/13/2017
 
Archive Date
4/12/2017
 
Point of Contact
Kimberly R Schneider
 
E-Mail Address
2-3700<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA256-17-Q-0382 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. Offers are due no later than Monday, March 13, 2017 by 2:00 p.m., Central Local Time (CST), New Orleans, LA. This solicitation is set-aside 100% for Veteran-Owned Small Business concerns, under NAICS code 334516 with a small business standard of 1,000 employees or less. Eligible VOSB s must have an active profile/active registration in the Vendor Information Pages (i.e. VetBiz https://www.vip.vetbiz.gov/ to be considered for a contract award from this solicitation. STATEMENT OF WORK 1. PURPOSE 1.1 The overall purpose is to provide and install (2) Women's Clinic Microscopes at the Southeast Louisiana Veterans Health Care System (SLVHCS) Outpatient Women s Clinic located at 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Microscope Frame EQUIVALENT TO: Olympus America Inc. / Part No. BX43TF Specifications/Salient Characteristics: Must have a light intensity manager Must include a nosepiece mount for transmitted light Must be capable of holding a LED lamphouse Must have coarse and fine coaxial focus control knows that are graduated to 1 micron Capable of at-least 1 micron sensitivity Capable of at-least, 25mm total focus stroke at 0.1mm per fine rotation and 17.8mm per coarse rotation 2.5.2 Light Source EQUIVALENT TO: Olympus America Inc. / Part No. 5-UL315 Specifications/Salient Characteristics: Must be compatible with microscope and microscope frame Must be capable of providing white LED illumination to microscope Must include LE Lamphouse assembly 2.5.3 Power Cord EQUIVALENT TO: Olympus America Inc. / Part No. UYCP-11 Specifications/Salient Characteristics: 3 prong U.S. Power cord Must be compatible with microscope 2.5.4 Tilting Binocular Observation Tube EQUIVALENT TO: Olympus America Inc. / Part No. 3-U137 Specifications/Salient Characteristics: Must be compatible with microscope Must be FN 22 capable Must be capable of accepting 30mm diameter eyepieces Graduated interpupillary distance adjustment range of at a minimum 50mm to 76mm Variable eyepiece inclination range of at-least 5 to 35 degrees Must offer +/- 5 diopter control Tilting Binocular Observation Tube 2.5.5 Widefield 10x Eyepiece EQUIVALENT TO: Olympus America Inc. / Part No. 2-U1007 Specifications/Salient Characteristics: Must be compatible with microscope Must be capable of providing a wide field view 10x magnification eyepiece FN 22 2.5.6 Rotatable Nosepiece EQUIVALENT TO: Olympus America Inc. / Part No. U-R1052 Specifications/Salient Characteristics: System must be capable of communicating with the Electronic Medical Record (EMR) 2.5.7 10x Achromat Objective EQUIVALENT TO: Olympus America Inc. / Part No. 1-U2B223 Specifications/Salient Characteristics: Must be compatible with microscope Plan Achromat objective lens Must provide magnification of 10x Numerical Aperture of 0.25 Working distance of 10.5mm 2.5.8 40x Achromat Objective EQUIVALENT TO: Olympus America Inc. / Part No. 1-U2B227 Specifications/Salient Characteristics: Must be compatible with microscope Plan Achromat objective lens Must provide a magnification of 40x Numerical Aperture of 0.65 Working distance of 0.6mm 2.5.9 100x Achromat Objective EQUIVALENT TO: Olympus America Inc. / Part No. 1-U2B235 Specifications/Salient Characteristics: Must be compatible with microscope Plan Achromat objective lens Must provide a magnification of 100x Numerical Aperture of 1.25 Working distance of 0.15mm 2.5.10 Mechanical Stage EQUIVALENT TO: Olympus America Inc. / Part No. 4-U130 Specifications/Salient Characteristics: Right handed mechanical stage compatible with line item 2.5.1 Must be capable of x and y movement 2.5.11 Slide Holder EQUIVALENT TO: Olympus America Inc. / Part No. 4-U141 Specifications/Salient Characteristics: Must be compatible with microscope Left release double slide holder 2.5.12 Condenser EQUIVALENT TO: Olympus America Inc. / Part No. 6-U112 Specifications/Salient Characteristics: Must be compatible with microscope Numerical Aperture of 1.1 Capable of at-least 4x-100x coverage 2.5.13 Dust Cover EQUIVALENT TO: Olympus America Inc. / Part No. OMT-010 Specifications/Salient Characteristics: Must be capable of covering the microscope 2.5.14 Installation Specifications/Salient Characteristics: Vendor shall install/ assemble equipment in the Women s outpatient clinic Install/ Assembly will require vendor to move equipment from warehouse to clinic location Vendor will be responsible for providing required equipment such as fork lifts, pallet jacks, and manpower to move and assemble equipment After installation vendor shall remove all garbage and rubbish from facility 2.5.15 Training Specifications/Salient Characteristics: Contractor shall provide On-site training of the equipment to the clinicians who will be utilizing the equipment Contract shall provide a plan of what will be covered and the number of personnel that they are capable of training Number of hours of training must be indicated The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. A training schedule shall also be provided. Vendor must provide a schedule and plan for training prior to training detailing what the training will consist of and how many hours of training will be included 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 on April 25, 2017. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 10 days prior to delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 INSTALLATION 2.6.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed by May 2, 2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (2) each for items 2.5.1 4.1.2 Digital Copies- Quantity (1) each for items 2.5.1 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS "A&A requirements do not apply--Security Accreditation Package is not required". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. WARRANTY 8.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Project Legacy Microscope Frame LOCAL STOCK NUMBER: BX43TF Brand name or equal 2.00 EA __________________ __________________ 0002 Light Source LOCAL STOCK NUMBER: 5-UL315 Brand name or equal 2.00 EA __________________ __________________ 0003 Power Cord LOCAL STOCK NUMBER: UYCP-11 Brand name or equal 2.00 EA __________________ __________________ 0004 Widefield 10x Eyepiece LOCAL STOCK NUMBER: 2-U1007 Brand name or equal 4.00 EA __________________ __________________ 0005 Tilting Binocular Observation Tube LOCAL STOCK NUMBER: 3-U137 Brand name or equal 2.00 EA __________________ __________________ 0006 Rotatable Nosepiece LOCAL STOCK NUMBER: U-R1052 Brand name or equal 2.00 EA __________________ __________________ 0007 10x Achromat Objective LOCAL STOCK NUMBER: 1-U2B223 Brand name or equal 2.00 EA __________________ __________________ 0008 40x Achromat Objective LOCAL STOCK NUMBER: 1-U2B227 Brand name or equal 2.00 EA __________________ __________________ 0009 100x Achromat Objective LOCAL STOCK NUMBER: 1-U2B235 Brand name or equal 2.00 EA __________________ __________________ 0010 Mechanical Stage LOCAL STOCK NUMBER: 4-U130 Brand name or equal 2.00 EA __________________ __________________ 0011 Slide Holder LOCAL STOCK NUMBER: 4-U141 Brand name or equal 2.00 EA __________________ __________________ 0012 Condenser LOCAL STOCK NUMBER: 6-U112 Brand name or equal 2.00 EA __________________ __________________ 0013 Dust Cover LOCAL STOCK NUMBER: OMT-010 Brand name or equal 2.00 EA __________________ __________________ 0014 Installation 1.00 JB __________________ __________________ 0015 Training 1.00 JB __________________ __________________ GRAND TOTAL __________________ Brand Name or Equal The product capabilities and salient characteristics identified above by a brand name " description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, Effective January 13, 2017. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the provisions and clauses may be accessed electronically at the following addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 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. FAR 52.209-5 Certification Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items (a) The Government will 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. The following factors shall be used to evaluate offers: Offers meeting all salient characteristics shall be evaluated based on price. FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item Contracting Officer checked items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Alternate I, Buy American Free Trade Agreements Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer System for Award Management FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest VAAR 852.203-70 COMMERCIAL ADVERTISING VAAR 852.211-73 BRAND NAME OR EQUAL VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS VAAR 852.246-70 GUARANTEE VAAR 852.246-71 INSPECTION Quotes shall be submitted via email to kimberly.schneider@va.gov and Offerors must reference Solicitation VA256-17-Q-0382 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Monday, March 13, 2017, NLT 2 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617Q0382/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0382 VA256-17-Q-0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3313765&FileName=VA256-17-Q-0382-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3313765&FileName=VA256-17-Q-0382-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2400 Canal Street;New Orleans, LA
Zip Code: 70119
 
Record
SN04422925-W 20170305/170303235355-d6b048dfe88ab94395c17b4dd5fafa79 (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.