Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
DOCUMENT

65 -- CIRRUS HD OTC MODEL 5000 - Attachment

Notice Date
8/10/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q9800
 
Response Due
8/17/2018
 
Archive Date
10/16/2018
 
Point of Contact
JOANNA HUDSON-LUNDQUIST
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote (RFQ) #: 36C25918Q9800 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm EST, August 16th, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to joanna.hudson-lundquist@va.gov no later than 12:00pm EST, August 17th, 2018 This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9800. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1,250 employees. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). List of Line Items: ITEM # DESCRIPTION OF SUPPLIES QTY UNIT UNIT PRICE AMOUNT 0001 266002-1161-982-PRO ZEISS OS | CIRRUS HD-OCT (Model 5000) Version 9.5 w/ GCGPA, Smart HD Scans, FastTrac, all prior licensed features, Adv RPE, GCA, Ant Seg Basic, Printer & Table EA GRAND TOTAL _____________ Description of Requirements for the items to be acquired: This RFQ is for CIRUS HD OTC (MODEL 5000), as listed in (v) above, Brand name, or equal to ZEISS. Specifications and Salient Characteristics: This requirement is for CIRUS HD OTC (MODEL 5000) high definition retina scanner. Equal products must meet, or exceed the following standards: Operating system is Windows 7 True optical Axial resolution of 5um; Digital resolution of 2um 10x data compression of stored OCT data Zeiss optics and 2048-pixel OCT camera Telecentric optics Excellent repeatability in normal and patient eyes (equal, or exceeding ZEISS) Live OCT fundus image Spatially extended low vision fixation target High contrast live fundus image for alignment obtainable through a small pupil ( 2.5mm) Live iris viewing to facilitate alignment of scan with pupil Ability to position scan and fixation target anywhere within the field of view Autofocus Integrated design with acquisition head, CPU, and monitor on board 90-degree orientation to provide technician access to patient throughout scanning, Internal Lenses for Ant. Seg. Imaging Automated motorized patient alignment Ability to scan cube of 128 B-scan by 512 A scans in 2.4 seconds Ability to scan cube of 200 A-Scans by 200 B-Scans in 1.5 Seconds Ability to scan at 68,000 A-scans a second Fast Trac (Trade-Mark) Retinal Tracking system to reduce eye motion artifacts without sacrificing patient throughput with a proprietary scan acquisition strategy high speed 20Hz LSO camera and simple pass alignment scanning. Ultimately allowing for precise registration from previous scan to current scan while tracking the patient fovea Cirrus OCT Scan Density: 1024 data points per A-scan; 512 A-scans per B-scan; 128 B-scans per cube = >67million total data points in scan volume captured in 2.4 seconds. Or 1024 data points per A-scan; 200 A-scans per B-scan; 200 B-scans per cube = >40million total data points in scan volume captured in 1.5 seconds Scan Volume: 512x128 cube scan has just 47 microns spacing between scans. The 200x200 cube scan has just 30 microns between scans. Small lesions and anomalies will not be missed Layer Segmentation (Isolated Segmentation map of just the ILM) Layer Segmentation (Isolated Segmentation maps of the RPE) Retina Automatic Fovea Finder for precise alignment of retinal analysis Post Analysis Advanced Visualization Slab images for portion of tissue "Sub-RPE Illumination. If the RPE is absent or has lost integrity, the OCT beam penetrates the choroid. The new proprietary algorithm for Cirrus can determine when this occurs and then maps and measures the affected area. RPE Elevations. If the RPE is raised above a baseline plane, a new proprietary algorithm for Cirrus maps and measures the area and volume of the elevations Ability to change the circle EDTRS Grid of Retina Measurements Post Scan Glaucoma ONH and RNFL analyses based on same 6mm x 6mm cube volume (40 million data Points Deviation Mapping that demonstrates loss over the whole area of RNFL Loss over 6x6mm map Centered around the Optic Disc Automatic centration on optic disc for RNFL analysis including peripapillary calculation circle, and RNFL thickness map Ability to manually place the calculation circle around the optic disc after acquisition Normative database for comparison of Optic Nerve Head measurements, matched and compared to age related and optic disc size normative database automatic identification of cup and disc boundaries and disc center. The Disc edge is determined by termination of Bruch s membrane. Rim Width around the circumference of the optic disc is then determined by measuring the amount of nuero-retinal tissue in the Optic Nerve. Also includes cup volume, cup to disc ratio, vertical cup to disc ratio, Disc size and rim area Provide measurements of the Disc matched and compared to an Age Related and Disc Size Normative Database Provide Measurements of the Vertical Cup to Disc Ratio matched and compared to an Age Related and Disc Size Normative Database Provide Measurements in Microns of the Nuero Retinal Rim Tissue matched and compared to an Age Related and Disc Size normative database in a TSNIT format Provide Measurement to the 1/1000th of the Cup Volume in mm's cubed that is also compared to an age related and disc size normative Database Provide Measurements of the Nuero Retinal Rim Tissue in Microns compared and matched to an Age Related and Disc size normative data base. Provide the ability to see the Nuero Retinal Rim Tissue in Microns at in over 300 samples along the TSNIT format Graph Guided Progression Analysis (Trade Mark) for statistical analysis of change in RNFL thickness. (Much different than a change analysis which would be just the difference in Microns from previous scan to current Scan) Guided Progression Analysis (Trade Mark) for statistical analysis of change in ONH analysis. (Much different than a change analysis which would be just the difference in Microns from previous scan to current Scan) Gaglion Cell Analysis. This would be done with a Scan of 512X128 with over 67 million data points compared to an Age Related Normative Database A Deviation Map that demonstrates outside normative database of the Ganglion Cell Layer. (End of Salient Characteristics) Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: OKLAHOMA CITY VA MEDICAL CENTER 921 N.E. 13TH STREET OKLAHOMA CITY, OK 73104 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in (v) List of Line Items and (vi) Description of Requirements for the items to be acquired (salient characteristics). Technical Capability shall consist of meeting or exceeding the requirements in the stated in (v) and (vi) above. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements stated in (v) and (vi) above shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following VAAR Clauses are to be incorporated by reference: 52.246-70 Guarantee; 852.203-70 Commercial Advertising; 852.232.72 Electronic Submission of Payment Requests; 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.212-3 Offeror Representations and Certifications Commercial Items; 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to joanna.hudson-lundquist@va.gov no later than 12:00pm EST, August 17th, 2018 Name and email of the individual to contact for information regarding the solicitation: Joanna Hudson-Lundquist joanna.hudson-lundquist@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9800/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9800 36C25918Q9800.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537402&FileName=36C25918Q9800-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537402&FileName=36C25918Q9800-000.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: OKLAHOMA CITY VA MEDICAL CENTER;921 N.E. 13TH STREET;OKLAHOMA CITY, OK 73104
Zip Code: 73104
 
Record
SN05031208-W 20180812/180810230737-1356a965392b810aa468329910d5ce6c (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.