DOCUMENT
65 -- Microprobe Laser and Endoscopy System Set aside for Service Disabled Veteran Owned Small Business and Veteran Owned Small Business - Attachment
- Notice Date
- 4/12/2017
- 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 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25617Q0561
- Archive Date
- 7/11/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Microprobe Laser and Endoscopy System and Installation Southeast Louisiana Veterans Health Care System New Orleans, LA Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System is seeking a Service Disabled Veteran Owned Small Business or Veterans Owned Small Business to provide and install (1) Microprobe Laser and Endoscopy System at the Southeast Louisiana Veterans Health Care System (SLVHCS) Ophthalmology Operating Room 2400 Canal St, New Orleans, LA 70119. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this Sources Sought Notice that is for planning purposes only and is intended to identify a Service Disable Veteran Own Small Business or Veteran Owned Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email debra.james3@va.gov. Responses are due no later than 4/17/2017 12:00pm Central Standard Time. Within your email please indicate if you can provide all items listed and instructions within this document along with delivery, installation and testing, training, manufacturer s warranty, extended warranty, and deliverables. 1. PURPOSE 1.1 The overall purpose is to provide and install (1) Microprobe Laser and Endoscopy System at the Southeast Louisiana Veterans Health Care System (SLVHCS) Ophthalmology Operating Room 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 Microprobe Laser and Endoscopy System EQUIVALENT TO: ENDOOPTIKS/ Part No. OME2000 Specifications/Salient Characteristics: System must include a high resolution video camera System must include a xenon light source that at a minimum is capable of providing light in 175 watt xenon light or 300 watt xenon light Must include a 810nm Diode laser system must include a video coupler that is compatible with 17k pixel endoscopes Must include a footswitch that is compatible with the system Must include transportation case Must have a visible laser stop button System must have the ability to utilize endoscopic cyclophotocoagulation Must offer a minimally invasive approach to lower Intra Ocular Pressure 2.5.2 LCD Medical Grade Monitor EQUIVALENT TO: ENDOOPTIKS/ Part No. MON007 Specifications/Salient Characteristics: Must be compatible with Microprobe Laser and Endoscopy System at a minimum 17 inches Flat panel LCD medical grade monitor must be compatible with line item 2.5.4 2.5.3 Cart EQUIVALENT TO: ENDOOPTIKS/ Part No. CT002 Specifications/Salient Characteristics: Must be compatible with Microprobe Laser and Endoscopy System Must be compatible with line item 2.5.4 Width range of 23-25 inches Depth range of 21-23 inches Height range of 40-42 inches Must include at a minimum 2 shelves and a hanging drawer of at-least 2.5 inches 2.5.4 Adjustable Arm for Cart EQUIVALENT TO: ENDOOPTIKS/ Part No. CT002-FPA Specifications/Salient Characteristics: Adjustable flat panel monitor arm Must allow for the swiveling of line item 2.5.2 Must be compatible with line item 2.5.2 and line item 2.5.3 2.5.5 23 Gauge Endoscope EQUIVALENT TO: ENDOOPTIKS/ Part No. OME230SMAHRXA Specifications/Salient Characteristics: Must be autoclavable Must be compatible with Microprobe Laser and Endoscopy System Must be capable of providing high resolution imaging A minimum of 10k pixel Must be capable of ultra-wide field imaging Must be capable of ultra-wide field illumination Straight tip 23 gauge Must include laser connector Laser, camera, and light capable 2.5.6 20 Gauge Endoscope EQUIVALENT TO: ENDOOPTIKS/ Part No. OME200HRA Specifications/Salient Characteristics: Must be autoclavable Must be compatible with Microprobe Laser and Endoscopy System Must be capable of providing ultra-high resolution imaging A minimum of 17k pixel Must be capable of ultra-wide field imaging Must be capable of ultra-wide field illumination Curved tip 20 gauge Camera and light capable 2.5.7 19 Gauge Endoscope EQUIVALENT TO: ENDOOPTIKS/ Part No. OME200SMAHRVA Specifications/Salient Characteristics: Must be autoclavable Must be compatible with Microprobe Laser and Endoscopy System Must be capable of providing ultra-high resolution imaging A minimum of 17k pixel Must be capable of ultra-wide field imaging Must be capable of ultra-wide field illumination Curved tip 19 gauge Must include laser connector Laser, camera, and light capable 2.5.8 Laser Goggles EQUIVALENT TO: ENDOOPTIKS/ Part No. LG001 Specifications/Salient Characteristics: Diode Laser Safety Goggles 2.5.9 Video Adapter EQUIVALENT TO: ENDOOPTIKS/ Part No. OME300ZMG Specifications/Salient Characteristics: 10K video adapter Must have a 532nm and a 810nm filter Must be compatible with 2.5.5 2.5.10 Sterilization Tray EQUIVALENT TO: ENDOOPTIKS/ Part No. VP6200 Specifications/Salient Characteristics: Must be compatible with line items 2.5.5, 2.5.6, and 2.5.7 Must be autoclavable Must be capable of storing Endoscopes during the autoclave process 2.5.11 Installation Specifications/Salient Characteristics: Vendor shall install/ assemble equipment in the Ophthalmology Operating Room 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 2.5.12 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 2.5.13 Extended Warranty 05/10/2018-05/09/2019 Specifications/Salient Characteristics: Must be compatible with Microprobe Laser and Endoscopy System Period of performance 05/10/2018-05/09/2019 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 May 10, 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 13 days prior to initial award 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 26, 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 2.5.1-2.5.10 4.1.2 Digital Copies- Quantity (1) each for items 2.5.1-2.5.10 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 In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617Q0561/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-Q-0561 VA256-17-Q-0561.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3411622&FileName=VA256-17-Q-0561-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3411622&FileName=VA256-17-Q-0561-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-Q-0561 VA256-17-Q-0561.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3411622&FileName=VA256-17-Q-0561-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;Southeast Louisiana Veterans HCS;Central Energy Plant;2400 Canal St. New Orleans, La;via 2401 Tulane Ave whse New Orleans, La
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN04469638-W 20170414/170412234451-980d5fa850603cac0e87161937458519 (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 |