MODIFICATION
65 -- SURGICAL MICROSCOPES
- Notice Date
- 7/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
- ZIP Code
- 52246
- Solicitation Number
- VA26310RQ0324
- Response Due
- 7/26/2010
- Archive Date
- 9/24/2010
- Point of Contact
- Allison Bacon
- E-Mail Address
-
Point of contact's email address
(allison.bacon2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS MODIFICATION TO THE COMBINED SYNOPSIS/SOLICITATION NOTICE REPLACES THE PREVIOUS VERSION IN FULL. The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA intends to purchase a fully functional surgical microscope for (1) the Iowa City VA Medical Center located in Iowa City, IA and (2) the Nebraska/Western Iowa Healthcare System in Omaha, NE. 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 VA-263-10-RQ-0324 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, effective July 14, 2009. The associated NAICS code is 339113 and small business size standard is 500 employees. THIS IS A TOTAL 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The vendor shall provide supplies and equipment necessary to provide a fully functional surgical microscope to (1) the Iowa City VA Medical Center located in Iowa City, IA and (2) the Nebraska/Western Iowa Healthcare System in Omaha, NE as defined in this Statement of Work (SOW) and in accordance with the attached benchmarks (furnish brand name or equal). One vendor will be selected to provide both microscopes. EQUIPMENT REQUIREMENTS: Binocular Tubes Focal length - multiple and variable Tilting - minimum of 180 degrees Monocular Tubes Focal length - minimum of 170 mm Microscope Eyepiece - ability to go from 90 to 180 degrees Eyepiece power - Minimum 10x Interpupillary distance - 55-75mm Total range of magnification - greater than.4 Focusing type - manual Range of focus - minimum of 200-500mm Illumination Light source - greater than 300 W Field diameter - minimum of 16 Emergency Backup - should be included Capture device: Touch screen Hard drive - minimum 160 GB Floor Stand Maximum Height - minimum of 80 inches Arm extension - minimum of 60 inches Vertical range - minimum of 39 inches Base Size - maximum of 30x30 inches Weight - maximum of 800 lbs Intra-operative Blood Flow Video Infrared video playback of fluorescence-based video angiography Integrated DVD Mouth Switch Will allow surgeon to manipulate the scope with his mouth and continue to work with his hands in the wound HD Camera Semi-integrated Include extension cables DICOM Conformance Statement License MAINTENANCE REQUIREMENTS: Licensing Software updates The vendor shall provide at no charge for the duration of the warranty period all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price quote and required for maintenance of the system, shall be taken as included with the purchase of the system. Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at "no charge" to the medical center during the time the equipment is operational at this facility. All application software licenses are included in the purchase of the equipment and shall not a require renewal charge for the period of time the equipment is in use in the facility. Warranty The vendor shall provide a minimum warranty of no less than one year for parts and labor. User and Service Manuals The vendor shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the (Contracting Officer's Technical Representative (COTR) within 100 calendar days of contract award. Additionally any upgrades to these documents shall be provided by the vendor free of charge. These manuals will include all components and subassemblies, including those not manufactured by the vendor. These manuals and documentation shall be identical to the ones supplied to the manufacturer's service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. TRAINING: Clinical users The successful vendor, at the time of a purchase, will provide, training for all shifts, this will require more than one training session per shift, no more than three weeks prior to installation. Training would include Initial training and go live support training. Biomedical Engineering Service Training The vendor shall provide the training of at least one in-house service biomedical engineering technician; included in the purchase of each major piece of equipment. This training shall be equal to the training provided by the manufacturer for their service personnel, and will train the designated in-house personnel on the calibration, maintenance, and repair of the entire system purchased. This training will occur at the location of the vendors' factory. The vendor will reimburse the medical center for all training and travel experiences (i.e. tuition, airfare, hotel, transportation, and food) based on Government rates. This training shall be available for a date prior to the expiration of the warranty period of the purchased equipment. In lieu of the option in the above paragraph, the vendor may include two (2) years of full warranty and a line item for one (1) year of extended warranty in their quote. TRADE IN: Iowa City: EE: 2933702 Manufacturer: Zeiss NC31 NC CS Model: ZMS319 S/N: 247365 Acq. Year: October 1994 The date of delivery is ordered by purchase order with delivery being FOB Destination to: (1) the Department of Veteran's Affairs, Iowa City VAMC, 601 Highway 6 W, Iowa City, IA 52246 and (2) the Department of Veteran's Affairs, Nebraska/Western Iowa Healthcare System, 4101 Woolworth Avenue, Omaha, NE 68105. Contact Angela Herrmann at (612) 629-7649 to coordinate deliveries. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. A detailed quote is due by 11:00 am CST on July 26, 2010. Proposal may be mailed or emailed to Allison Bacon, Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, or e-mail: allison.bacon2@va.gov. For additional information regarding this notice please contact Allison Bacon at the provided email address or by calling (319) 688-3878. ATTACHMENT ONE BENCHMARK - IOWA CITY QTY: 1 0000001290983100 OPMI PENTERO COMPLETE SYSTEM System includes: Integrated Multivision with binocular view and color overlays; One Touch Autobalance and Autodrape System; Superlux 330 Illumination System with two each 300W xenon lamps; Integrated progressive scan 3CCD MediLive Video System, with connecting cables Y/C in #0418 953 and Y/C out #0457 982 (10m); Binocular Tilting tube 180 degrees with 10x eyepieces; Spine adapter for symmetric Face to Face Configuration; Visible laser focusing aids; Graphic Touchscreen; Integrated digital still capture device; Unique two path illumination system for eliminating shadows; Integrated service file; 24/7 remote service access via modem QTY: 1 3025829901000000 OPMI Pentero, Complete system QTY: 1 3037910000000000 180 ° tiltable tube QTY: 1 0000001055278000 Dustcover Blue QTY: 1 3025819754000000 MediLive 3CCD NTSC for Pentero QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 0000001063869000 Stereo co-observation tube w/two joints QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 3037650000000000 Straight binocular tube F=170mm QTY: 2 3055420107000000 Sleeve for push-in eyepiece 10x/12.5x QTY: 1 3037910000000000 180 ° tiltable tube QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 3060260000000000 Zeiss sterile drapes, type 26, pack of 5 QTY: 1 0000000486937000 Ext. HDD - Drive 160 GB 2,5'' USB 2.0 QTY: 1 3025829800000000 Upgrade licence IOF and DICOM QTY: 1 3025829801000000 Licence MultiVision QTY: 1 3025829802000000 Licence Autofocus/Autodrape QTY: 1 0000001006145000 Optical Wedge 30 Grad 1 QTY: 1 3030330000000000 Intermediate piece 50mm QTY: 1 0000003025819730 000003025819730 TRIO 600/620 Semi-Integrated HD Camera to be ordered with new OPMI Pentero (in combination w/INFRARED 800 or stereo video option) QTY: 1 3025819730000000 TRIO 620 with CCU TRIO 600 QTY: 1 3025818740000000 System cable TRIO 600, 8m Extension cable is required if CCU is not placed on microscope stand QTY: 1 3082032400000000 System extension cable TRIO 600, 4m QTY: 1 0000001277220000 Replacement Container Superlux 300W 2 Standard Warranty on all new OPMI microscopes is one year, parts and labor, commencing from date of installation ATTACHMENT TWO BENCHMARK - OMAHA QTY: 1 0000001290983100 OPMI PENTERO COMPLETE SYSTEM System includes: Integrated Multivision with binocular view and color overlays; One Touch Autobalance and Autodrape System; Superlux 330 Illumination System with two each 300W xenon lamps; Integrated progressive scan 3CCD MediLive Video System, with connecting cables Y/C in #0418 953 and Y/C out #0457 982 (10m); Binocular Tilting tube 180 degrees with 10x eyepieces; Spine adapter for symmetric Face to Face Configuration; Visible laser focusing aids; Graphic Touchscreen; Integrated digital still capture device; Unique two path illumination system for eliminating shadows; Integrated service file; 24/7 remote service access via modem QTY: 1 3025829901000000 OPMI Pentero, Complete system QTY: 1 3037910000000000 180 ° tiltable tube QTY: 1 0000001055278000 Dustcover Blue QTY: 1 3025819754000000 MediLive 3CCD NTSC for Pentero QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 0000001063869000 Stereo co-observation tube w/two joints QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 3037650000000000 Straight binocular tube F=170mm QTY: 2 3055420107000000 Sleeve for push-in eyepiece 10x/12.5x QTY: 1 3037910000000000 180 ° tiltable tube QTY: 2 3055420000000000 Widefield, push-in eyepiece 10x QTY: 1 3060260000000000 Zeiss sterile drapes, type 26, pack of 5 QTY: 1 0000000486937000 Ext. HDD - Drive 160 GB 2,5'' USB 2.0 QTY: 1 3025829800000000 Upgrade License IOF and DICOM QTY: 1 3025829801000000 License MultiVision QTY: 1 3025829802000000 License Autofocus/Autodrape QTY: 1 3025819246000000 NTSC Kit IR 800 for Pentero QTY: 1 3025819790000000 Integrated DVD for OPMI Pentero QTY: 1 0000001006145000 Optical Wedge 30 Grad 1 QTY: 1 0000001177805000 Mouth switch for 180 Deg tube 303791 Standard Warranty on all new OPMI microscopes is one year, parts and labor, commencing from date of installation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26310RQ0324/listing.html)
- Record
- SN02215043-W 20100724/100722235349-fd8c3c6ada74b118fa1040b2af54d568 (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 |