DOCUMENT
65 -- Canon CX-1 digital camera for eye exams - Attachment
- Notice Date
- 8/2/2018
- Notice Type
- Attachment
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 De;afield Road;Pittsburgh, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- 36C24418Q9498
- Response Due
- 8/8/2018
- Archive Date
- 9/7/2018
- Point of Contact
- donna.cooper2@va.gov
- E-Mail Address
-
Donna.Cooper2@va.gov
(Donna.Cooper2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Purpose and Objectives: The intent of this Sources Sought Notice is to identify in locating capable small businesses, including Service Disabled and Veteran Owned small businesses, or any business size, capable of providing the items as listed in the attached Statement of Need. NAICS Code 339115, Ophthalmic Goods Manufacturing These items are for the Department of Veteran Affairs, Corporal Michael J Crenscenz VAMC Philadelphia, PA. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Business name, address, Point of Contact, business size info. All information is to be submitted via e-mail at donna.cooper2@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 2:00pm EST on Wednesday, November 15, 2017. No submissions will be accepted after this date and time. Questions can be submitted electronically to donna.cooper2@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document STATEMENT OF WORK Department of Veteran Affairs Corporal Michael J Crenscenz VA Medical Center General Information: One replacement camera (new)for Willow Grove CBOC One new camera for 63rd & Market Street Annex Items are to be delivered to: Department of Veteran Affairs, Corporal Michael J Crenscenz VA Medical Center, ATTN: Warehouse, 3900 Woodland Avenue, Philadelphia, PA 19104 Scope of Work: Willow Grove CBOC Purchase and installation of a replacement fundus camera. The current fundus camera is irreparable, per Biomed department. Fundus photography at Willow Grove CBOC is done on a daily basis and is a vital and necessary adjunct to patient management in all eye clinics. 63rd & Market Street Annex- Purchase and installation of a new fundus camera. The fundus camera, an ophthalmic imaging device, is a combination of a high-resolution camera and low power microscope. A fundus camera is commonly used for fundus/retina imaging, external photography, paired optic disk images, and fluorescein angiography. Some of the commonly occurring disorders which are managed through fundus photography are retinal detachment, diabetic retinopathy, age-related macular degeneration, retinal vascular disease and glaucoma. The greater prevalence of retinal and macula disorders, the increase in geriatric population, and advancements in technologies have driven the usage and necessity of the fundus camera in every eye clinic. Advanced Analysis: After review of feedback from several other VA s, along with market research, it is evident that the Canon CX-1 Hybrid Digital Myd/Non-Myd Retinal Camera System is the most advanced and capable system and should be both the replacement and newly purchased fundus camera for the Corporal Michael J. Crescenz VA Medical Center. Of note, this system as well as other manufacturer s brands of fundus cameras can only be purchased with its own DiCOM software 3940B008 Canon CX-1 Hybrid Digital Myd/Non-Myd Retinal Camera System 2 each Plus accessories. The Canon CX-1 Hybrid Digital Myd/Non-Myd Retinal Camera and software provides the following features: Color, Red-Free, Cobalt, Fluorescein Angiography and Fundus Autofluorescence Photography modes for both Mydriatic alignment and imaging and Non-Mydriatic alignment imaging Optical head Pan/Tilt with 30 degree right/left (pan) and 15 degree up/ 10 degree down (tilt) Fluorescein Angiography acquisition capable at 1 frame/second for 10 consecutive seconds Canon EOS 20 Megapixel dedicated external camera body, removable to allow for upgrade to greater Megapixel camera when available Canon imageSPECTRUM software with DiCOM Modality Worklist and DiCOM Storage compatibility with CPRS and VistA Imaging. VAMC VistA Imaging Approved DiCOM Modality Device https://www.va.gov/HEALTH/imaging/docs/VistA_Imaging_DICOM_Modality_Interfaces.pdf FDA 410 cleared for all five photography modes and two alignment imaging modes Optical view of 5-degree using the Mydriatic alignment mode and 45-degree using the Non-Mydriatic alignment mode Digital view of 30-degree using 2X mode in Mydriatic or Non-Mydriatic alignment mode Installation is to include all materials necessary, One Year Warranty and In-Service Training Information System Security: The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VHA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The Veterans Affair Acquisition Regulation (VAAR) security clause (cited below) must be included in all contracts: VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Government Furnished Equipment VA policy prohibits the use of personally-owned equipment for official U.S. Government business involving the processing, storage, or transmission of federal information unless a waiver is obtained. If the use of personally-owned equipment (OE) is planned, a waiver must first be in place. Contractor supplied equipment, PCs of all types, equipment with hard drives, etc. that will be used for contract services, must meet all security requirements that apply to Government Furnished Equipment (GFE) and Government Owned Equipment (GOE) as identified in VA Directive 6500 and other VA policy as may be applicable (see VA Handbook 6500 for waiver content and format). Security requirements this equipment must meet, include: a) VA Approved Encryption Software must be installed on all laptops or mobile devices before placed into operation, b) Bluetooth equipped devices are prohibited within the VA; Bluetooth must be permanently disabled or removed from the device, c) Equipment must meet all sanitization requirements and procedures before disposal, d) All remote systems (VAGFE and OE) must be equipped with and use VA Approved Antivirus Software and a personal (host-based or enclave based) firewall that is configured with a VA Approved Configuration. The COTR, CO, the Project Manager, and the ISO must be notified and verify all security requirements have been adhered to. Contractor Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 1. Background Investigation The position sensitivity impact for this effort has been designated as [LIMITED, MODERATE, SUBSTANTIAL, or MAJOR] Risk and the level of background investigation is [NACI, MBI, or BI]. 2. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor's address. e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. f. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. g. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 3. Background: The fundus camera at the Willow Grove CBOC eye clinic is no longer functional. This system is necessary to manage retinal and retinal vascular disease, macula disorders and optic nerve pathology. The current fundus camera, which was has stopped working. Repairs have been attempted, however technological advances in fundus imaging systems have now rendered the current camera system archaic and non- functional. Not having a functioning retina camera at this busy clinic, which also receives referrals for fundus photography from other CBOC s, hinders patient care greatly, and thus a replacement unit needs to be purchased as soon as possible. The new annex at 63rd & Market Street for the time being will be performing tele-retinal imaging until such time Optometry and/or Ophthalmology begin offering services at this location. 4. Performance Period: N/A 5. Type of Contract: Firm Fixed Price 6. Delivery: 30 - 45 Days ARO, to: Department of Veteran Affairs, Corporal Michael J Crenscenz VA Medical Center, 3900 Woodland Avenue, Philadelphia, PA 19104
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9498/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9498 36C24418Q9498_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522402&FileName=36C24418Q9498-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522402&FileName=36C24418Q9498-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9498 36C24418Q9498_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522402&FileName=36C24418Q9498-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Corporal Michael J Crensxcenz VA Medical Center;3900 Woodland Avenue;Philadelphia, PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN05018193-W 20180804/180802231434-84bd1275af86ef626a46d6de55204d22 (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 |