Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2017 FBO #5630
DOCUMENT

65 -- ENT Microscope Leica Brand Name Only - Attachment

Notice Date
4/21/2017
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0432
 
Archive Date
6/20/2017
 
Point of Contact
Overton Spence
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT Statement of Work PKG CB EQ043 Microscope, ENT Eastern Colorado Health Care System Denver, CO PURPOSE The purpose of this requirement is to deliver and install PKG CB EQ043 Microscope, ENT as part of the initial outfitting of the newly constructed VA Eastern Colorado Health Care System, Replacement Facility located at 1700 N. Wheeling Street, Aurora, CO 80045. SCOPE The Contractor shall deliver and install all items listed in section(s) 2.5 and 2.6.3. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.5.1. Microscope, Otolaryngology (JSN L0100.A) Quantity: 2 Basis of Design: Leica Model M320-Wall Mounted Brand Name only Specifications/Salient Characteristics: Optical system microscope with LED lighting for clear, crisp, and bright images with depth of field with extremely long service life. The wall mounted swing arm shall have minimized vibrations and effortless positioning features. System shall have comprehensive spectrum of different binocular tubes, lenses, and handles. W12 Wall Mount for Leica M320 Brand name only Power Cable, 5m, North America Optics Cr. Swing Arm Dust Cover HDMI Cable Kit10m USB Cable Kit Handles Lateral set (Pair) Objective f=250mm man. foc. Straight binocular tube, short T, type II Eyepiece f. spect.w s 12.5x/17B, type II (Note: 2 each per microscope) Full HD Video & Photo Camera Wall Plate set for metal stud wall Certification of Installation Approximate Dimensions: Parking Position: o/a 586 mm x 672 mm. Power Requirement: One power socket 100-240 V AC, 50/60 Hz and 100 VA Accessories/Configuration Options: NA Construction Materials/Type: NA 2.5.2. Wall Mount, Microscope (JSN L0100.A1) Quantity: 3 Basis of Design: Leica Model LW12 Wall Mount Brand Name only Specifications/Salient Characteristics: Shall convert three (3) reuse Leica M320 F12 (M320 on floor stands) to Leica M320 LW12 (M320 on wall mounts). At a minimum the following items are needed to make the conversion from stand to wall mounted. W12 Wall Mount for M320 or Equal M320 Optics Cr, Swing Arm, incline C/W 12 or Equal HDMI Cable Kit 10m USB Cable Kit Handles Lateral Set (Pair) Wall Plate set- metal stud wall Certificate of Installation Approximate Dimensions: Parking Position: o/a 586 mm x 672 mm Power Requirement: One power socket 100-240 V AC, 50/60 Hz and 100 V Accessories/Configuration Options: NA Construction Materials/Type: NA 2.5.3. Microscope, Audiology (JSN M8535) Quantity: 2 Basis of Design: Leica Model M320 F12 Specifications/Salient Characteristics: Optical system microscope with LED lighting for clear, crisp, and bright images with depth of field with extremely long service life. System shall have comprehensive spectrum of different binocular tubes, lenses, and handles. Floor Stand Power Cable, 5m, North America Optics Car. Inc. Swing Arm, inclined Dust Cover Objective f=250mm man. foc. Straight binocular tube, short, T, type II Eyepiece f. spect. w s 12.5x/17B, type II Handles front set Certification of Installation Approximate Dimensions: 78.75 H x 57 H x 24 W Power Requirement: One power socket 100-240 V AC, 50/60 Hz and 100 VA Accessories/Configuration Options: NA DELIVERY AND INSTALLATION COORDINATION: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the Contracting Officer Representative (COR). The COR will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: NET 3/17/17 and NLT 6/1/17 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1 Coordination). The Contractor shall contact the COR to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufactures name marked thereon. Deliveries shall be marked with the PO and contract number. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the Contracting Officer Representative (COR). POCs for delivery and install are: TBD INSTALLATION The Contractor shall deliver, install and test all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. The Contractor shall install the microscopes onto existing wall plates. Wall plates to be installed by Martek. The Contractor shall convert three (3) reuse Leica M320 F12 (M320 on floor stands) to three (3) Leica M320 LW12 (M320 on wall mounts) once the three reuse Leica M320 F12 have been relocated to the new facility. 2.6.3.2.1. The Contractor shall reuse the binoculars, eyepieces, and objective lens from the three (3) reuse Leica M320 F12 and install these pieces onto the three (3) Leica M320 LW12 units. 2.6.3.2.2. The Contractor shall retrieve the floor stand, arm system, and optics carrier from the three (3) reuse Leica M320 F2 and turn back to Leica for trade-in credits. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the COR when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Training, Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. Contractor shall provide clinician training not to exceed 15 people for eight (8) hours in no more than two (2) sessions. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. 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. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. 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. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0432/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0432 VA259-17-Q-0432.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3436254&FileName=VA259-17-Q-0432-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3436254&FileName=VA259-17-Q-0432-000.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: 13611 E. Colfax Ave;Aurora, CO
Zip Code: 80045
 
Record
SN04480755-W 20170423/170421234130-dce4c36bf5555c0a70182b74540af6a3 (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.