DOCUMENT
65 -- Selecta Duet Laser System - Attachment
- Notice Date
- 2/13/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- 36C25618Q9020
- Response Due
- 2/16/2018
- Archive Date
- 4/17/2018
- Point of Contact
- Diyonne Williams
- E-Mail Address
-
6-6956<br
- Small Business Set-Aside
- N/A
- Description
- 1 STATEMENT OF WORK OPHTHALMIC DIODE LASER SYSTEM MICHAEL E. DEBAKEY VA MEDICAL CENTER, HOUSTON, TEXAS PURPOSE The overall purpose is to procure a replacement ophthalmic Selecta Duet SLT/YAG laser system for eye surgeons at the Michael E. DeBakey VA Medical Center located at 2002 Holcombe Blvd, Houston, Texas 77030. The Lumenis Selecta Duet Laser system should utilize wavelength of 1064nm in Nd:YAG mode and wavelength of 532nm in SLT mode and equipment is appropriate for use with laser trabeculoplasties, laser peripheral iridotomies, and YAG laser capsulotomies. The Lumenis Selecta Duet Laser system is state of the art equipment required to treat and manage patients diagnosed with open angle glaucoma to the highest standard of care with better outcomes and improved quality of life. The Select Duet Laser system is essential to the treatment and management of patients diagnosed with glaucoma and uncontrolled intraocular pressure. The Contractor shall provide all necessary tools, interfaces, equipment/hardware, software, licenses, delivery, installation, warranty, and training. BACKGROUND The Biomedical Engineering department at the MEDVAMC has determined that the facility s existing ophthalmic diode laser system is beyond its useful life, and is no longer economical to repair. The MEDVAMC has an ongoing need for this system for use during eye surgeries. QUANTITY Ophthalmic Selecta Duet SLT/YAG Laser System: 1 Three Year Standard Warranty on parts and labor from the date of installation. SPECIFICATIONS AND SALIENT CHARACTERISTICS Wavelength: Nd: YAG: 1064nm, SLT: 532 nm Multiple Modalities of Laser Delivery: continuous wave pulse; long pulse; and micro pulse. Aiming Laser: Red Diode laser Electrical: 100 240 VAC, 50/60 Hz Energy: 0.1 to 0.2 mj 1n 0.1 mj increments Pulse Duration: 3ns(nanoseconds) Pulse Rate: Not Applicable SYSTEM REQUIREMENTS The equipment shall be compatible with the equipment, infrastructure, and supplies already in use in the MEDVAMC operating rooms. Contractor shall provide a projected schedule in terms of days from the time of award addressing (at a minimum) the following milestones: verification that all system quantities and configurations are accurate; manufacture/assembly of all parts and/or equipment; delivery to identified location; and complete installation of hardware. TRAINING Contractor shall provide comprehensive training on the use of the equipment for the operating clinicians. This training program shall include at the minimum the following: (i) Technical Training, (ii) Operational Training, and (iii) Hardware and Software Trouble-shooting. Training shall occur onsite during normal business hours, 8:00am-4:30pm, Monday through Friday. Competency assessments shall be provided with the training. Contractor shall provide technical training for two biomedical engineering personnel. The cost for this training and all training related expenses such as travel, lodging, and other expenses are included in the contract price. This training shall cover the preventative maintenance, troubleshooting, and general maintenance of the equipment. Training shall allow for classroom instruction as well as individual hands on programming, troubleshooting and diagnostics exercises. Competency assessments shall be provided with the training. TESTING AND CERTIFICATION Upon installation of each piece of equipment in the system, the Contractor shall notify the Government s POC in writing that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. GOVERNMENT ACCEPTANCE TEST Contractor shall perform the Government Acceptance Test in the presence of the Government s POC and designated Ophthalmology Staff for proof-of-performance. Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test on Contractor s company form which will be certified by the COR s signature as an evidence of Government Acceptance of the referenced piece of equipment. A copy of this document shall be furnished to the COR and the Contracting Officer before Contractor s Representative at the end of each testing. INSTALLATION Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for the installation of the equipment in an operating room on the fifth floor of the MEDVAMC. All employees of general contractor and subcontractors shall comply with the MEDVAMC vendor employee management program. Contractor shall be responsible for removing all packing materials and related waste and dispose of offsite. REQUESTED RESPONSES: The intent of this Request for Information (RFI) is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the listed products. Please cite business size status in the response. Please respond to this RFI if you are capable of providing supplies that can be determined to be EQUIVALENT to the products listed in the section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to diyonne.williams@va.gov. Please respond to this RFI no later than Friday, February 16, 2018 and no later than 5 PM CT. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618Q9020/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618Q9020 36C25618Q9020_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083971&FileName=36C25618Q9020-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083971&FileName=36C25618Q9020-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618Q9020 36C25618Q9020_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083971&FileName=36C25618Q9020-000.docx)
- Record
- SN04821098-W 20180215/180213231256-7d2af147b334ddf9bb6f7e448bbfbad3 (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 |