DOCUMENT
65 -- ZEISS Cirrus HD-OCT Upgrade BRAND NAME OR EQUAL - Attachment
- Notice Date
- 8/21/2017
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA24217Q1039
- Response Due
- 8/25/2017
- Archive Date
- 9/4/2017
- Point of Contact
- Delene Kendrick
- E-Mail Address
-
7-1460
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work (SOW) 4 Page 4 of 4 COMBINED SYNOPSIS/SOLICITATION ZEISS Cirrus HD-OCT Model 5000 (OR EQUAL) VA MEDICAL CENTERS- Albany and Syracuse This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-1039. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This procurement is being issued as 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSB). It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 employees. This solicitation is 100% set-aside for SDVOSBs. (v) The Contractor shall provide all parts and labor necessary to deliver a ZEISS CIRRUS HD-OCT (MODEL 5000) or equal. The requested system is requested to be of Zeiss brand name or equal. In order to be considered an or equal product, all of the salient characteristics listed below must be met at the same quality as the requested brand name product. All products shall be delivered in new and unused/unopened condition. (vi) Description of requirement: The Albany and Syracuse VA Medical Centers have a requirement for: (1) ea. ZEISS OS | CIRRUS HD-OCT (Model 5000) (p/n 266002-1161-982-PRO) (or equal) MANUFACTURERS PART NUMBERPHC115G WIDTH INCHES23-5/8 DEPTH INCHES24-1/8 HEIGHT INCHES63-3/4 INSIDE WIDTH INCHES19-1/2 INSIDE DEPTH INCHES18-3/4 INSIDE HEIGHT INCHES50 WEIGHT LBS145.0 lbs CAPACITY CUBIC FEET11.0 COLOR FINISHStainless Steel DOOR TYPEGlass LOCK TYPEKey SHELF QUANTITY4 STYLEFree Standing SHELF TYPEWire TEMPERATURE RANGE120 to 150 °F TYPEWarming Cabinets VOLTAGE115V AC HERTZ60 Hz APPROVAL/REGULATIONSETL LIMITED WARRANTY1 Year on Parts & Labor THERMOSTAT TYPEDigital DOOR SWINGRHD AMPS5.5 Version 9.5 w/ GCGPA Smart HD Scans, FastTrac, all prior licensed features, Adv RPE, GCA, Ant Seg Basic Printer & Table ea. 266002-1157-764 - PREMIER ANTERIOR SEGMENT (or equal) Delivery one of each of the above to: Albany VA Medical Center: 113 Holland Ave. Albany, NY 12208; FOB DESTINATION Syracuse VA Medical Center: 800 Irving Ave. Syracuse, NY 13210; FOB DESTINATION Salient Characteristics: Specifications/Salient Characteristics: System will be capable of discovering, tracking, and analyzing single pathological events from multiple points of view. Will have the ability to examine retinal detail at the pixel level for assessment of choroidal tissue. Capable of performing reproductive analyses, comparative reference, and macular thickness. Technical Specification: Capable of Spectral Domain Optical Coherence Tomography with Angiography No less than 840 nm Super Liminecent Diode optical source Scan speed between 27K-68K A-Scans per Second No less than 2.0 mm, 1024 points A-scan depth Axial resolution 5um (in tissue) Transverse resolution 15 um (in tissue) Tabletop model 90 degree orientation, with technician sitting 90 degrees from patient Efficiently obtain visualization of both micro vascular and structural information with a noninvasive dye free OCT scan. Must meet or exceed the efficiency of the Zeiss Cirrus HD-OCT Model Cirrus 5000 Scan Speeds: 27,000 A-scans/sec; 68,000 A-scans/sec Unit required to produce iris imaging Unit required to produce fundus imaging Must be capable of transverse resolution of at least 25 micro grams Field of view must be at least 36 degrees West by 36 degrees Horizantal Approximate Dimensions: 26L x 18W x 21H (inches) Power Requirements Electrical Rating (115V) - Single Phase, 100 120V~ systems: 50/60Hz, 5A Accessories/Configuration/Computer/Software Options: Include Angio configuration Computer must run Windows 7, at minimum, if Windows Operating System Non-Windows Operating System will need to be confirmed by Office of Information and Technology (OI&T) Vendor shall transfer existing data to new unit. Software shall require login to protect patient information Software shall allow image manipulation and comparison Software shall be able to send DICOM images and report to a Picture Archive Capture System (PACS) Vendor shall complete VA 6550 Appendix A form to outline the communication protocols as part of Bid Package Table for Zeiss Cirrus HD-OCT Model Cirrus 5000 or equal Specifications/Salient Characteristics Table to accommodate OCT model in section 2.5.1 - JSN U4256 Equal to item area dimensions may not exceed 39L x 22W (inches) Approximate Dimensions: 39" L x 22" W Migration of Data- Vendor shall migrate current studies from original equipment which is Zeiss, Cirrus Midel HD OCT 4000. Patient data shall be accessible on newly installed unit to allow comparison and progression analysis. Data migration shall be completed at the time of installation. Information Technology- Product shall operate with Microsoft Windows 7 as well as in accordance with the attached reference Baseline Configurations. Product must already be compatible and working within the Vista environment. (vii) EVALUATION: Quotes will be evaluated based upon best value to the Government. Technical acceptability is based upon the ability to meet the above specifications, past performance, and pricing. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C242 Delene Kendrick, delene.kendrick@va.gov, 585-297-1460 x72474 (viii) CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, (ix) INVOICES: Invoices shall be submitted upon final installation of goods (x) GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network http://www.tungsten-network.com/us/en/veterans-affairs (xi) ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Quote packages must include the following or responses will be considered non-responsive: Pricing (Unit per location and total; any delivery charges cannot be separately itemized, FOB Destination) Product information that supports the salient characteristics (if offering an or equal product) Certificate of manufacturer distribution authorization. Past performance reference supporting current success of proposed product within a VHA Medical Center (if offering an or equal product). (xii) Quotes are required to be received NO LATER THAN 1:00 PM EST, Friday, August 25, 2017. Quotes and supporting documentation must be e-mailed to Delene Kendrick at delene.kendrick@va.gov. (xiii) Direct your questions in writing to Delene Kendrick, Contracting Specialist at: delene.kendrick@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24217Q1039/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-Q-1039 VA242-17-Q-1039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3747540&FileName=VA242-17-Q-1039-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3747540&FileName=VA242-17-Q-1039-000.docx
- File Name: VA242-17-Q-1039 Baseline Configurations.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3747541&FileName=VA242-17-Q-1039-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3747541&FileName=VA242-17-Q-1039-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-Q-1039 VA242-17-Q-1039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3747540&FileName=VA242-17-Q-1039-000.docx)
- Record
- SN04637896-W 20170823/170821231411-80876238a39a1f1266b4ead86fe91dbf (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 |