DOCUMENT
65 -- Inspection Scopes - Attachment
- Notice Date
- 6/9/2017
- 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
- 6/16/2017
- Archive Date
- 8/15/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
opher
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0281 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code is 339113, Surgical Appliance and Supplies Manufacturing, and small business size standard is 1000 employees. The requirement is providing Inspection Borescopes (complete operational system) as listed below (or Equal) for the Louis Stokes Cleveland VA Medical Center. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, 52.232-40 and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 06/16/2017 3:00 p.m. EST. 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. EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 14 June 2017 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 15 June 2017. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov Evaluations will be conducted under FAR Part 13 and any subsequent award will be made to the offeror that provides the best value to the Government. A proposed delivery schedule is to be provided.
- 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_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3565849&FileName=VA250-17-Q-0281-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3565849&FileName=VA250-17-Q-0281-001.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_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3565849&FileName=VA250-17-Q-0281-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, Ohio
- Zip Code: 44106-1702
- Zip Code: 44106-1702
- Record
- SN04540202-W 20170611/170609235154-65e58a71a17c9c437f3f0503b7faf3c9 (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 |