Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2021 SAM #7049
SOLICITATION NOTICE

65 -- BSL: Ellex Eye Cube

Notice Date
3/16/2021 11:34:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0343
 
Response Due
3/23/2021 12:00:00 PM
 
Archive Date
04/22/2021
 
Point of Contact
Ladell D Holmes, Ladell Holmes, Phone: (360) 816-2763
 
E-Mail Address
Ladell.Holmes@va.gov
(Ladell.Holmes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 6 of 6 Combined Synopsis/Solicitation For 36C260-21-AP-1703 1. This is a combined synopsis/solicitation for a Ellex Eye Cubed Console, Brand Name or Equal 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; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26021Q0315) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is NAICS 339112 (Surgical and Medical Instrument Manufacturing), Size Standard 1000. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. The Vendor 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 vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for Portland Veterans Affairs Medical Center requires the procurement of Ophthalmic ultrasound system for both anterior and posterior segment evaluation. Featuring Sensitive Scan technology, Eye Cubed enables us to adjust the probe transmit energy to ensure optimal tissue sensitivity. This gives us the ability to discern between the finest ocular structure, such as subtle vitreous opacities and sub retinal fluids. It's the only method that can be used to obtain an optimal view of the posterior segment of the eye. With customized configuration of A-Scan and B-Scan modes, Eye Cubed covers all your diagnostic ultrasound needs for both the posterior and anterior segments. Pre-op or post-op, A-Scan or B-Scan, retina or anterior segment: whatever your focus, Eye Cubed shows you more, in more detail, than any other device of its kind. Salient Characteristics The absolute minimum requirements for this equipment are as follows. OPHTHALMIC ULTRASOUND SYSTEM WITH A-SCAN, B-SCAN & UBM MODES, DICOM, RME & CHART Ophthalmic ultrasound system for both anterior and posterior segment evaluation. System must be networkable with DICOM connectivity. Query and retrieval of modality work lists. Storage of DICOM objects to electronic medical record and PACS. B-scan mode with 10 MHZ probe frequency for posterior segment imaging. Axial resolution of 50 microns. Lateral resolution of 100 microns. Scanning angle of 52 degree. Focal range of 15 to 35mm. 25 frames per second movie loop capability. 10 second movie loop capability. Sealed probe. Adjustable gain. Spare 10 MHz B-scan probes. Quantity of four (4). A-scan mode for axial length biometry. IOL power calculations and analysis, including Holiday-I, SRK-T, & Hoffer-Q. 50 frames per second image acquisition rate. Solid probe with internal fixation light. Immersion or contact method capability. 10 MHZ probe frequency. Image depth of 40 mm. 8 bit resolution. Measurement accuracy of 100 microns clinically. Automatic and manual scan acquisition. Spare biometry 10 MHz A-scan probes. Quantity of four (4). Immersion Shell for use with biometry A-scan probes. Pediatric size shells in quantity of 10. Adult size shells in quantity of 10. Diagnostic A-scan mode. Probe frequency with parallel beam with 8 MHz parallel beam. Measurement accuracy of 100 microns clinically. Two caliper measurements displayed in mm. UBM wide-field anterior segment B-scan imaging mode. 40 MHz probe. Axial resolution of 23 microns. Lateral resolution of 33 microns. Scanning angle of 30 degrees. Focal range of 10.5-14.5 mm. 13 frames per second image acquisition rate. 20 second movie loop capability. Adjustable gain. Immersion Bags for 40 MHz UBM probe. Single use disposable. Quantity of 5 boxes, 10 bags per box. Mobile cart for ophthalmic ultrasound system Updated 1/20/2021 by MW Line Item Description Unit Quantity Unit Price Total Price 1 SIN A-36 Eye Cubed Ultrasound Console EA 1 _______ ________ 2 SIN A-36 10 MHz B Scan Probe with Software - add to Ultrasound Console EA 1 3 15"" PC 4GB RAM 64GB HD WIN7PRO EA 4 4 SIN A-36 Spare 10 MHz B-Probe - No Software included. Use with Ellex Ultrasound EA 1 5 SIN A-36 Spare Biometry A Probe - No Software included EA 9 6 SIN A-36 Adult Kohn Immersion Shell for Ellex Ultrasound EA 20 7 SIN A-36 Pediatric Kohn Immerson Shell for Ellex Ultrasound EA 20 8 SIN A-36 DICOM: Digital Imaging and Communications in Medicine Software License for Ellex Ultrasound EA 1 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8. Delivery shall be within thirty (60) days from the time of award. Shall be delivered to the Puget Sound VAMC, S. Columbian Way, Seattle, WA 98108. FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations. Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The evaluation will consider the following: The following is standard evaluation language (i.e., how the Government evaluates what is submitted in the quotation). The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options {delete preceding three (3) words if no options are included}. The Total Evaluated Price will be that sum. 11. 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. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. 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: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to ladell.holmes@va.gov no later than 12 pm PST on 03/23/2021. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfddc52736094444bd879fa1363534a4/view)
 
Place of Performance
Address: Department of Veterans Affairs Portland VAMC 3710 SW US Veterans Hospital RD Warehouse, Portland, OR 97207, USA
Zip Code: 97207
Country: USA
 
Record
SN05944584-F 20210318/210316230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.