DOCUMENT
65 -- Ophthalmic Surgical Laser System - 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
- VA798S13Q0054
- Response Due
- 4/12/2013
- Archive Date
- 6/11/2013
- Point of Contact
- Berneta Ellis
- E-Mail Address
-
615-0343<br
- Small Business Set-Aside
- N/A
- Description
- 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. (ii) Solicitation number #VA798S-13-Q-0054 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 2005-66. (iv) There are no set-aside provisions associated with this procurement; NAICS code #33912 and small business size standard is 500 employees. (v) Ophthalmic Surgical Laser System and Ancillary Supplies/Services x 1 Unit (vi) Description of requirements for the items to be acquired is listed below. Salient Characteristic Boston Healthcare System Jamaica Plain (JP) Campus: Department of Ophthalmology The Eye Clinic at JP is in the process of selecting a Laser Cataract Surgical System and the following includes all the minimum required salient characteristics that the vendor must be able to provide: System Requirements 1.System shall incorporate the use of a femtosecond laser to perform cataract treatments 2.System shall provide capabilities to perform the following actions: a.Capsulotomy b.Lens Fragmentation c.Astigmatism correction d.Corneal Incisions 3.System shall provide capabilities to adjust incision parameters including the following but not limited to: a.Depth b.Diameter c.Architecture of the incision 4.System shall have treatment planning capabilities including but not limited to: a.Capability to measure anterior segment parameters including lens thickness and corneal thickness b.Capability to adjust incision overlay in realtime 5.System shall have engagement capabilities that includes the following but not limited to: a.Capability to mount the system onto the patient's eye, allowing for a tight laser focus without significantly increasing the patient's intraocular pressure 6.System shall have visualization capabilities that includes the following but not limited to: a.Capabilities to non-invasively image ocular structures such as the lens, the cornea, the iris, anterior and posterior capsules. 7.System shall have a safe-lock mechanism to shut down the entire system if the doctor detects a malfunction during treatment 8.System shall be compatible with the following but not limited to: a. Alcon intraocular lenses and Alcon cataract surgical instruments 9.System must be FDA approved. Vendor Requirements 1.Vendor shall provide delivery, onsite installation and inspection services to ensure that the system is safe and effective for clinical use. 2.Vendor shall provide all the documentations on the incoming inspection to the VHABHS clinical engineering department for record keeping and verification. 3.Vendor shall provide all operational and technical manuals to the clinical operator and the clinical engineering department. 4.Vendor shall provide 1 year comprehensive warranty on services and parts starting from the first day the system is utilized in a clinical environment. (vii) 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 Medical Center General Warehouse 150 S Huntington Avenue Jamaica Plain, Ma 02130-4817 (viii) 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. In addition, the Offeror is requested to host a virtual meeting to demonstrate the product's capabilities. Each session will be limited to one hour followed by a question and answer period. Sessions will be scheduled after initial review of quotations by the technical evaluation team and communicated to prospective awardees. (ix) The evaluation procedures to be used is Lowest Priced Technically Acceptable (LPTA). (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 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 52.219-4 FAR Clause 52.219-8 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 52.223-18 FAR Clause 52.225-1 FAR Clause 52.225-5 FAR Clause 52.225-13 FAR Clause 52.232-34 (xiii) 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 laser system must be provided and incorporated into the unit price of the laser system. 2.A minimum of 1 (one) week on-site training must be incorporated into the unit price of the laser system. 3.Installation and calibration of the laser system must be provided and incorporated into the unit price of the laser 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. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) The date, time and place offers are due are as follows. April 12, 2013 - Date that solicitation response is due 5:00 P.M. EST - Time that solicitation response is due Berneta.Ellis@va.gov - Place that solicitation response shall be delivered Adam.Spacht@va.gov - Place that solicitation response shall be delivered (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Berneta Ellis, Contract Specialist, (202) 615-0343 Adam Spacht, Contract Specialist, (202) 422-1923
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/705ad286a99ef097af7e5ee3b884b1f9)
- Document(s)
- Attachment
- File Name: VA798S-13-Q-0054 VA798S-13-Q-0054 COM SYN-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669186&FileName=VA798S-13-Q-0054-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669186&FileName=VA798S-13-Q-0054-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA798S-13-Q-0054 VA798S-13-Q-0054 COM SYN-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669186&FileName=VA798S-13-Q-0054-000.docx)
- Place of Performance
- Address: Veterans Affairs Medical Center;General Warehouse;150 South Huntington Avenue;JAMAICA PLAIN, MA
- Zip Code: 02130-4817
- Zip Code: 02130-4817
- Record
- SN03019318-W 20130324/130322234958-705ad286a99ef097af7e5ee3b884b1f9 (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 |