Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

65 -- Optos 200DTx Responses are due by 05/21/2019 3:00 PM EST

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0702
 
Response Due
5/21/2019
 
Archive Date
6/20/2019
 
Point of Contact
amanda.williams4@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for one OPTOS 200DTx, BRAND NAME, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24419Q0702 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective date 05/06/2019, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisiton.gov. (iv) This solicitation is set aside 100% for Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000. (v) Contract Line Items (CLINS): Brand Name Optos 200DTX, Dicom modality worklist, and installation and training (vi) Statement of Need/Salient Characteristics STATEMENT OF NEED/SALIENT CHARACTERISTICS GENERAL: The Wilmington VA Medical Center needs to replace the current Optos machine since it is at its life cycle replacement date. This item provides imaging support to the ophthalmology service for retina and other eye disease process prevention, staging, and treatment planning. Item # Description Qty. 1 OPTOS 200DTx 1 2 DICOM Modality Worklist 1 3 Installation and Training 1 SPECIFICATIONS: Listed on the most recent publication of the VistA Imaging Approved DICOM Modality Interfaces and DICOM compliance; allowed on the VHA network, with ability to send and store images to Vista Imaging for historical reference and comparison. Compatible with Vista, CPRS, and Vista Imaging Powered through connection to standard AC outlet (100 to 240 V) Single image capture must include at least 82% of the retina; cover at least 200-degrees of the surface of the retina; demonstrate the vortex vessels and ampullae The ultra-wide (220-degree) field must be captures in ˝-seconds or less to reduce motion artifacts. Montage imaging mode must show at least 97% of the retina Ellipsoidal mirror must enable maximum image field of view Clinically validated color imaging; needed for color fundus imaging to allow for clinical pathology detection Provide single capture multiple wavelength color imaging to include: color, red-free, choroidal, and true color All functions (color photo, red-free photo, choroidal imaging, AF imaging, FA, and IGCA) must be included into the single system with a reasonably small footprint for use in the outpatient setting Consist geometry that accurately represents anatomical features of the retina and allows for accurate measurement; include image overlay software for accurate comparison of previous images and different modes Color imaging with red/green laser to perform fundus autofluorescence (AF) and indocyanine green angiography to minimize exposure to blue light sources Auto-capture capability, with the ability to image through cataracts Include a wheelchair accessible table DELIVERY: The contractor shall deliver all items to the Eye Clinic for installation. All deliveries shall be made Monday- Friday, 8:00 a.m. 3:30 p.m. 3. PRICING SCHEDULE: VA anticipates award of a contract on a firm fixed unit price basis. 4. PERFORMANCE, DELIVERY, INSPECTION AND ACCEPTANCE: 4.1 Backorders: If there is a backorder on any of the requested items, the contractor must contact the VA no later than 24 hours. The contractor will offer the VA substitute of equal or higher quality. If acceptable to the VA, the substitute may be made part of the contract with a bilateral modification. 4.2 Warranty: The contractor warrants/guarantees all items against defective material and/or workmanship for a minimum of one year from the date of receipt. The contractor agrees to furnish without additional cost to the government, all labor and materials necessary to correct defects that were detected during the guarantee period. The Contractor shall immediately notify all affected VA s and contracting activities in the event of a product recall, removal, required adjustments, or required modification that is suggested or mandated by the contractor, distributor, manufacturer, or any regulatory or official agency. The information that shall be included in this notification include: A complete item description, identification. Administrative identification data including contract number, order numbers, and order date. Reasons for recall, removal, adjustment, or modification. Instructions for appropriate corrective action. 5. EDUCATION/ TRAINING: 5.1 The contractor shall provide any manuals needed to properly operate the equipment. SECURITY LANGUAGE This acquisition will have new upgrade Optos Wide Field Analyzer equipment and Vendor Installation/configuration service and maintenance contract associated with this purchase. Vendor will come to VA site for Installation/configuration and maintenance of equipment only. Equipment must be installed and maintained in accordance with all VA security and configuration requirements. Vendor must not have VA Computer/Network access under this contract. No vendor computer equipment can be connected to the VA Network at any time. This acquisition will not require any additional Vendor-owned Information Technology (IT) system or computer assets. When Vendor needs to come onto VAMC ground, they will be required to comply with physical security guidelines if entering the building by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge from the VA Police. Contractor must be escorted at all times by VA staff or Bio-Med staff, if not escorted the Contractor must complete VA Privacy Training (TMS 20939) as Contractor's will be in an area where Veteran Patients are being seen. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. PRICE/COST SCHEDULE ITEM INFORMATION 0001 Optos 200DTx 1 EA Cost$ ________________ 0002 DICOM Modality Worklist 1 EA Cost$_________________ 0003 Installation and Training 1 EA Cost$_________________ DELIVERY SCHEDULE Delivery: Within 30 Days ARO to Wilmington VA Medical Center, 1601 Kirkwood Highway Wilmington, DE 19805 GOVERNMENT FURNISHED PROPERTY: The government will furnish no property to the contractor. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on PRICE ONLY (AUTHORIZED DISTRIUBTOR LETTERS FROM THE MFG MUST BE INCLUDED) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional Conditions: All interested parties shall be registered, active, and verified with the following sites to be considered for award. SAM: (ALL BUSINESSES) http://www.sam.gov VETBIZ (SDVOSB/VOSB ONLY) https://www.vip.vetbiz.gov/Public/Search/Default.aspx Interested vendors are advised to monitor www.fbo.gov for any amendments to this solicitation that may be posted. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.williams4@va.gov and received no later than 05/21/2019 AT 3:00 PM EST Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE MFG needs to be provided with your quote in order to be considered for the award. NO LATE OFFERS WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Amanda L. Williams at amanda.williams4@va.gov; NO PHONE CALLS WILL BE ACCEPTED NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0702/listing.html)
 
Place of Performance
Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
Zip Code: 19805
Country: USA
 
Record
SN05311204-F 20190516/190514230051 (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  © 1994-2020, Loren Data Corp.