Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2002 FBO #0144
SOLICITATION NOTICE

65 -- REFRACTIVE SURGERY LASER SYSTEMS

Notice Date
4/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, AFMLO/VA Special Services, Contracting Officer, 1432 Sultan Street, Suite 200, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
797-FDF1-02-0008
 
Response Due
4/30/2002
 
Archive Date
5/30/2002
 
Point of Contact
Contracting Officer - Mary Rust, Contracting Officer, (301) 619-4033
 
E-Mail Address
Email your questions to Mary Rust
(mary.rust@ft-detrick.af.mil)
 
Description
The AFMLO/VA Special Services Division is initiating requirements for refractive surgery surgery systems on a cost-per-procedure basis and/or outright purchase of equipment. The essential characteristics describe the Laser System, hereinafter referred to as the system, to be used in Government Medical Facilities for corrective eye surgery known as Lasik, PRK or other refractive surgeries. The system shall be FDA approved, notably reliable, easy to use, proven safety record, and provide for low operating and maintenance costs. At a minimum, the system shall consist of, laser, surgeon?s stool, patient surgical chair, and shall have a treatment zone of 6mm expandable to 9mm or better for future applicability. The optical zone (treated area) shall be as large as possible to reduce the negative refractive effects of the edge of the treatment zone on vision. The system shall have projected reticle aiming system, joystick alignment, and heads up display for ease of use. Not require liquid oxygen to operate the unit. Designed in such a way to provide exceptional alignment and visualization of the treatment area; at a minimum use coaxial and oblique illumination. Have a superior optical delivery system designed to provide ultimate clinical outcomes and eliminate the refractive effects of the edge of the treatment zone on vision; at a minimum three mirrors for precise alignment are required. The system shall have auto calibration, swing arm, and no focus required calibration to add simplicity and facilitate the repeatability of results. Designed to offer precision and accuracy of treatment; at a minimum have lensometer verification ability. Designed to provide distinguished preoperative screening and postoperative follow-up; at a minimum include a topography system. FDA approved for use on patients eighteen years of age or older The contractor shall be responsible for performing a pre-installation site survey at the facility listed on the task order. This survey shall provide the installation site with a list of environmental requirements for the system including electrical, safety and instrument requirements. The contractor shall be responsible for installation which consists of assembling, positioning, and mounting of all equipment in connection with the system. The government facility shall be responsible for furnishing reliable and noise free A/C line and electrical receptacles. The equipment contractor is responsible for furnishing all wall/ceiling mounts and support structures supplied by the equipment contractor. The equipment contractor must provide well qualified field engineers or technicians to install and conduct all necessary tests which shall begin within fifteen (15) days after receipt of task order. Once installation is started, it shall be continuous, eight (8) hours per day coinciding with the regular working hours at the hospital. Compliance with this requirement shall be manifest by the continuous presence of the engineers or technicians on the job site during the daily working period. Installation shall be continuous, without interruption, until all installation and testing work has been completed. The government guarantees as a minimum the acquisition of 2 systems. The contractor shall be responsible for training user personnel in the operation and care of the system. The training shall include, at a minimum, actual demonstration and operation of the equipment including adjustments. Delivery: FOB Destination 15 days ARO desired. The contract is intended to be issued as an indefinite delivery, indefinite quantity for the systems with four options that may be used on a non-mandatory basis by Government activities. The Offeror shall guarantee availability of servicing and replacement of parts for the life expectancy of the equipment. This is a total small business setaside. All responsible sources may submit an offer. Offerors are advised that they are responsible for obtaining amendments. If you are downloading the solicitation and would like to be included on the solicitation mailing list, please email the contracting officer with your company name, point of contact,mailing address and telephone number. All proposals shall be submitted electronically and the signature page faxed to the contracting officer reflecting the solicitation number RFP-797-FDF1-02-0008.
 
Web Link
RFP 797-FDF1-02-0008
(http://www.bos.oamm.va.gov/solicitation?number=797-FDF1-02-0008)
 
Record
SN00064729-W 20020425/020423213129 (fbodaily.com)
 
Source
FedBizOpps.gov 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.