Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
DOCUMENT

65 -- FY12 1VA+ Ophthalmology Microscopes - Attachment

Notice Date
3/22/2013
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Suite 400;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA798S13Q0073
 
Response Due
4/12/2013
 
Archive Date
6/11/2013
 
Point of Contact
Linda Coleman
 
E-Mail Address
icksburg,
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 13.5, Test program for Certain Commercial Items, prepared with the format in Subpart 12.6 and as supplemented with additional information included in this notice. This requirement is for the purchase of a surgical microscope system Lumera 700 to be used for Ophthalmology surgical procedures such as cataract and retina surgery. These procedures are critical components of patient care at the Department of Veterans Affairs (VA). The requirements for the surgical microscope system include the salient characteristics. The acquisition strategy will be a competitive total small business set aside to best meet the needs of the Government. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (i) Solicitation number #VA798S-13-Q-0073 is issued as a Request for Quotation (RFQ). (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iii) There is a 100% set-aside to small businesses provision associated with this procurement (FAR 52.219-6); NAICS code #339112 and the small business size standard is 500 employees. (iv) Description of requirements for the items to be acquired is listed below: 1. BRAND NAME OR EQUAL TO ITEMS REQUESTED DescriptionQuantityUnit Lumera 700 FL w/Main Assist Inverters1Each Lumera 700 ON Floorstand w/main assist Inverters, wireless foot control panel, back up cable, 17"display monitor w/support bracket1Each Lumera 700 Floor Stand1Each Asst Scope with Electronic Zoom Lumera 7001Each SL Eye Light source w/Hamode filter1Each Foot Control Panel wireless (FCP WL)1Each 6M Cable for footswitch1Each Int 17" TFT Monitor w/bracket Lumera 7001Each Asepsis Set 22MM (6-pack)5Each Widefield push in eye piece 10X4Each Objective, F=175 APO for Lumera 7001Each 700 Package1Each Asepsis caps handgrip Lumera T (X6)1Each Sterile Drapes NO 70 (pack of 5)1Each Dustcover Blue1Each Focusing Unit, 700 electrical1 Each Aspheric Lens 60D 3Each Aspheric Lens 128D 3Each tray, Resteri for lens holder3Each Ster Lens holder for Obj F=175MM3Each Dovetail Mount 1Each Electrical Invertertube2Each Intergrated HD Camera1Each Matrix 800 w/ printer & chin rest1Each 2.SALIENT CHARACTERISTICS Surgical microscope, Zeiss Lumera 700 or equal"Motorized zoom system with apochromatic optics, Zoom ratio 1:6 "Magnification factor ? = 0.4 - 2.4 "Focusing: motorized, focusing range: 70 mm "Objective: f = 200 mm (options: f = 175 mm and f = 225 mm with support ring) "Binocular tube: Invertertube E (options: Invertertube, 180 ° tiltable tube, f = 170 mm, inclined tube, f = 170 mm) "Widefield eyepieces 10x (option: 12.5x) Light source"SCI: red reflex illumination and field illumination, both are adjustable (patent pending) "Halogen fiber optic illumination: -Lamp housing with 2 halogen bulbs (1 back-up bulb)in quick-change modules -Blue barrier filter -Option: fluorescence filter -Fully automatic lamp replacement if first halogen bulb fails "Superlux ® Eye fiber optic illumination -Xenon short arc reflector lamp with HaMode filter -Blue barrier filter -Option: fluorescence filter -Backup lamp in lamp housing, swung in manually Keratoscope"Wavelength 610 nm Slit illumination"Slit width: 0.2 mm, 2 mm, 3 mm, 4 mm "Slit height: 12 mm XY coupling"Travel range: max. 61 mm x 61 mm "Automatic centering at push of button Video monitor"17" LCD display "Resolution:1280 x 1024 Suspension system"Maximum permissible load on the articulated arm: with mounted surgical microscope(without tube, eyepieces, objective lens) and mounted XY coupling, the additional load on the arm resulting from accessories must not exceed 9 kg Compliance"Complies with the safety requirements of EN 60601-1, 3rd issue Mechanical data"Focusing range with LH175/LH200 aspheric lens holder: 31 mm/38 mm (position of intermediate image) "Rotation angle, aspheric lens turret and holder: 0 ° - 360 ° Existing aspheric lenses"128 D Weight" (electrical): 0.50 kg Safety range"Minimum 110 mm The equal product must be functionally equivalent to the brand name product. (v) Date(s) and place(s) of delivery and acceptance and FOB point. FOB Destination delivery shall occur within 15 business days after award to the following destination address: Veterans Affairs Boston Healthcare System 150 S Huntington Avenue Boston, MA 02130-4817 (vi) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addenda to the provision. The Offeror's quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (vii) The evaluation procedure to be used are Lowest Priced Technically Acceptable (LPTA). This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. The Government will award a Purchase Order resulting from this combined synopsis/solicitation to the acceptable quote with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation (FAR). The solicitation requirements include all stated terms, conditions, representations, certification, and other information required by this solicitation. The following factors shall be used to evaluate offers: 1) Price 2) Technical Acceptability The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (viii) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (ix) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (x) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition and stated below. FAR Clause 52.203-6 FAR Clause 52.204-10 FAR Clause 52.209-6 FAR Clause 52.219-6 FAR Clause 52.219-8 FAR Clause 52.219-14 FAR Clause 52.219-28 FAR Clause 52.222-3 FAR Clause 52.222-19 FAR Clause 52.222-21 FAR Clause 52.222-26 FAR Clause 52.222-35 FAR Clause 52.222-36 FAR Clause 52.222-37 FAR Clause 52.222-40 FAR Clause 52.222-54 FAR Clause 52.223-18 FAR Clause 52.225-3 FAR Clause 52.225-13 FAR Clause 52.232-34 (xi) Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are listed below. 1.All necessary supplies to successfully operate the Microscopes system must be provided and incorporated into the unit price of the Microscopes system. 2.A minimum of 1 (one) week on-site training must be incorporated into the unit price of the Microscopes system. 3.Installation and calibration of the Microscopes system must be provided and incorporated into the unit price of the Microscopes system. 4.Contractor shall only invoice after successful delivery, installation, calibration, training, inspection and acceptance. 5.Invoices shall be billed to: Department of Veterans Affairs, FMS-VA-1 (526), Financial Services Center, P.O. Box 149971, Austin, TX 74714. 6.Brand Name or Equal procedures apply for this acquisition (52.211-6). 7. The following Clauses/provisions are hereby incorporated by reference: FAR Clause 52.212-4 FAR Clause 52.232-99 VAAR 852.203-70 VAAR 852.232-72 VAAR 852.252-70 FAR Clause 52.209-5 FAR Clause 52.216-1 FAR Clause 52.233-2 VAAR 852.233-70 VAAR 852.233-71 FAR Clause 52.212-2 FAR Clause 52.211-6 FAR Clause 52.252-2 FAR Clause 52.228-5 FAR Clause 52.229-3 VAAR 852.211-70 VAAR 852.211-73 VAAR 852.246-70 VAAR 852.273-76 (xii) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xiii) The date, time and place offers are due are as follows. Questions related to this solicitation are due within five (5) days after the posting of this notice. April 12, 2013 - Date that solicitation response is due 5:00 P.M. EST - Time that solicitation response is due Linda.Coleman@va.gov - Place that solicitation response shall be delivered Nicole.Williams6@va.gov - Place that solicitation response shall be delivered (xiv) The name and telephone number of the individual to contact for information regarding the solicitation. Linda Coleman, Contract Specialist, (202) 674-5166 Nicole Williams, Contract Specialist, (202) 246-6170 3. INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. (If the acquisition contains a maintenance type service, include the below language) All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP's) and Authority to Operate (ATO)'s for all systems/LAN's accessed while performing the tasks detailed in this Product Description. (Maintenance/installation (warranty) contracts in which VA sensitive information and/or systems are accessed by a VA contractor/subcontractor require the following five requirements per 38 U.S.C. § § 5723 and 5725) a.A prohibition on unauthorized disclosure: "Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA." See VA handbook 6500.6, Appendix C, paragraph 3.a. b.A requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COR, the designated ISO, and Privacy Officer for the contract. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a. c.A requirement to pay liquidated damages in the event of a data breach: "In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost of providing credit protection services to those individuals." See VA handbook 6500.6, Appendix C, paragraph 7.a., 7.d. d.A requirement for annual security/privacy awareness training: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA's security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA's requirements, they will provide the COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in the VA's contract have received their annual security/privacy training that meets VA's requirements and the total number of employees trained. See VA Handbook 6500.6, Appendix C, paragraph 9. e.A requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior which is attached to this contract." See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA's information and information systems. (viii) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (ix) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (x) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition and stated below. FAR Clause 52.203-6 FAR Clause 52.204-10 FAR Clause 52.209-6 FAR Clause 52.219-6 FAR Clause 52.219-8 FAR Clause 52.219-14 FAR Clause 52.219-28 FAR Clause 52.222-3 FAR Clause 52.222-19 FAR Clause 52.222-21 FAR Clause 52.222-26 FAR Clause 52.222-35 FAR Clause 52.222-36 FAR Clause 52.222-37 FAR Clause 52.222-40 FAR Clause 52.222-54 FAR Clause 52.223-18 FAR Clause 52.225-3 FAR Clause 52.225-13 FAR Clause 52.232-34 (xi) Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are listed below. 1.All necessary supplies to successfully operate the Microscopes system must be provided and incorporated into the unit price of the Microscopes system. 2.A minimum of 1 (one) week on-site training must be incorporated into the unit price of the Microscopes system. 3.Installation and calibration of the Microscopes system must be provided and incorporated into the unit price of the Microscopes system. 4.Contractor shall only invoice after successful delivery, installation, calibration, training, inspection and acceptance. 5.Invoices shall be billed to: Department of Veterans Affairs, FMS-VA-1 (526), Financial Services Center, P.O. Box 149971, Austin, TX 74714. 6.Brand Name or Equal procedures apply for this acquisition (52.211-6). 7. The following Clauses/provisions are hereby incorporated by reference: FAR Clause 52.212-4 FAR Clause 52.232-99 VAAR 852.203-70 VAAR 852.232-72 VAAR 852.252-70 FAR Clause 52.209-5 FAR Clause 52.216-1 FAR Clause 52.233-2 VAAR 852.233-70 VAAR 852.233-71 FAR Clause 52.212-2 FAR Clause 52.211-6 FAR Clause 52.252-2 FAR Clause 52.228-5 FAR Clause 52.229-3 VAAR 852.211-70 VAAR 852.211-73 VAAR 852.246-70 VAAR 852.273-76 (xii) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xiii) The date, time and place offers are due are as follows. Questions related to this solicitation are due within five (5) days after the posting of this notice. April 12, 2013 - Date that solicitation response is due 5:00 P.M. EST - Time that solicitation response is due Linda.Coleman@va.gov - Place that solicitation response shall be delivered Nicole.Williams6@va.gov - Place that solicitation response shall be delivered (xiv) The name and telephone number of the individual to contact for information regarding the solicitation. Linda Coleman, Contract Specialist, (202) 674-5166 Nicole Williams, Contract Specialist, (202) 246-6170 3. INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. (If the acquisition contains a maintenance type service, include the below language) All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP's) and Authority to Operate (ATO)'s for all systems/LAN's accessed while performing the tasks detailed in this Product Description. (Maintenance/installation (warranty) contracts in which VA sensitive information and/or systems are accessed by a VA contractor/subcontractor require the following five requirements per 38 U.S.C. § § 5723 and 5725) a.A prohibition on unauthorized disclosure: "Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA." See VA handbook 6500.6, Appendix C, paragraph 3.a. b.A requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COR, the designated ISO, and Privacy Officer for the contract. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a. c.A requirement to pay liquidated damages in the event of a data breach: "In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost of providing credit protection services to those individuals." See VA handbook 6500.6, Appendix C, paragraph 7.a., 7.d. d.A requirement for annual security/privacy awareness training: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA's security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA's requirements, they will provide the COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in the VA's contract have received their annual security/privacy training that meets VA's requirements and the total number of employees trained. See VA Handbook 6500.6, Appendix C, paragraph 9. e.A requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior which is attached to this contract." See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA's information and information systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37ab93cd578e8b352eff7db77ce6519c)
 
Document(s)
Attachment
 
File Name: VA798S-13-Q-0073 VA798S-13-Q-0073 COMSYN-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669979&FileName=VA798S-13-Q-0073-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669979&FileName=VA798S-13-Q-0073-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA BOSTON HEALTHCARE SYSTEM;150 S HUNTINGTON AVENUE;BOSTON, MA
Zip Code: 02130-4817
 
Record
SN03018917-W 20130324/130322234609-37ab93cd578e8b352eff7db77ce6519c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.