DOCUMENT
65 -- CARL ZEISS OPMI Lumera 700 System BRAND NAME - Attachment
- Notice Date
- 9/10/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;100 S Independence Mall West;Philadelphia PA 19106
- ZIP Code
- 19106
- Solicitation Number
- 36C24418Q9767
- Response Due
- 9/14/2018
- Archive Date
- 9/29/2018
- Point of Contact
- Thomas A. Cossentino
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for CARL ZEISS OPMI Lumera 700 System, BRAND NAME, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9767 and 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 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 334510 code has a small business size standard of 1250. (v) Contract Line Items (CLIN): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ OPMI Lumera 700 System Consists of the following various items starting with Carl Zeiss Meditec, INC Floor Stand LOCAL STOCK NUMBER: 01SFS 0002 1.00 EA __________________ __________________ Carl Zeiss Meditec Cable 3M LOCAL STOCK NUMBER: 10FCP3 0003 1.00 EA __________________ __________________ Carl Zeiss Meditec Wireless Foot control Panel LOCAL STOCK NUMBER: 10FCPWL 0004 1.00 EA __________________ __________________ Carl Zeiss Xenon Superlux eye LOCAL STOCK NUMBER: 10LS1XE 0005 1.00 EA __________________ __________________ Carl Zeiss Meditec Transport box for OPMI Lumera 700 VARIO 700 florr stand (single use without solid wood) LOCAL STOCK NUMBER: 10TBFS 0006 1.00 EA __________________ __________________ Carl Zeiss Meditec Integratee Asssitatn Microscope with electrical zoom LOCAL STOCK NUMBER: 20ASEZ 0007 1.00 EA __________________ __________________ Carl Zeiss Meditec HD Camera 1 chip LOCAL STOCK NUMBER: 40PHD 0008 1.00 EA __________________ __________________ Basic set includeing 22mm ASEPSIS Caps: 2 packs of 6; resterilizable handgrips OPMI Lumera 700; 1 pack of 6 LOCAL STOCK NUMBER: 60ACBS 0009 1.00 EA __________________ __________________ 2 wide-field, push in eyepieces 10x with diopter use with or without glasses LOCAL STOCK NUMBER: 90EP10 0010 1.00 EA __________________ __________________ 2x widefield push-in eye pieces 10x 2/ea LOCAL STOCK NUMBER: 90EP10A 0011 1.00 EA __________________ __________________ Objective Lens F=175, APOCHROMATIC 1/EA LOCAL STOCK NUMBER: 900175 0012 1.00 EA __________________ __________________ 180 degree tiltable tube LOCAL STOCK NUMBER: 90T180 0013 1.00 EA __________________ __________________ 180 degree tiltable tube 1 ea that includes 2 grips for 180 degree tiltable tube and 6 pack of 22mm ASEPISIS caps PC LOCAL STOCK NUMBER: 90T180A 0014 1.00 EA __________________ __________________ Tray with monitor bracket and 22" monitor LOCAL STOCK NUMBER: 305953-9038-000 0015 1.00 EA __________________ __________________ Zeiss MS Trade in - Trade in value - $13,100.00 LOCAL STOCK NUMBER: 000000-1396-571 0016 1.00 __________________ __________________ CARL ZEISS MEDITEC, INC. SONY HD RECORDER - OPMI LUMERA 700 SYSTEM PART 000000-2111-614-40IHDR 0017 1.00 __________________ __________________ CARL ZEISS MEDITEC, INC. | INTEGRATED 22" MONITOR FLOOR - OPMI LUMERA 700 SYSTEM PART 000000-2111-614-40MI GRAND TOTAL __________________ B.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: SEE SOW 0.00 30 ARO (vi) Products must be Brand Name in the following specifications: STATEMENT OF WORK Ophthalmic Surgical Microscope PART A GENERAL INFORMATION A.1. Introduction: This requirement is for a surgical microscope for the Ophthalmology Department of the Corporal Michael J. Crescenz VA Medical Center. A.2. Background: A surgical microscope is needed to allow proper visualization during microscopic ophthalmic procedures. The current OPMI VISU 210 Microscope is 10 years old and is thus limited by dated technology. A.3. Scope of Work Function: System for performing ophthalmic surgical procedures of all types. Ideally-suited for cataract, glaucoma, and oculoplastic surgery. The instrument provides superior red reflex with excellent homogeneity, high contrast and detail recognition. The surgical microscope allows for optimized workflow through the automatic inversion of the microscope and video images. The system allows for safe instruction of resident surgeons where it is important for the assistant to see the surgical field with the same stereopsis as the main surgeon. Frequency of use: Currently, ophthalmic surgeries are conducted four times a week. The Ophthalmology Department has doubled in size over the past year with new subspecialty surgeons. Savings/benefits: Through integrated functions, the system efficiently supports surgical workflow allowing for increased access to care. Wireless foot controls decreases OR room time and facilitates cleaning of the system. Operating costs: Operating costs include power consumption and the purchase of halogen or xenon lamp modules. Number of trained personnel: All trained ophthalmic surgeons are qualified to use the microscope. Installation costs and adaptation of the facilities: Installation is usually included in the purchase price. Maintenance support: One (1) year system warranty on the instrument. B.1 Technical Requirements: BRAND ONLY as indicated in above line items VISUALIZATION SCI Stereo Coaxial Illumination Completely apochromatic optics OPERATION Push button (foot control panel, handgrip), fast focus feature to allows rapid upward movement of the focus to a maximum of 40mm and, when the button is pressed again, automatically returns the microscope to the starting position (and therefore to the same focal position) Motorized illumination components for red reflex and the surrounding field of the SCI illumination are adjustable via foot control panel and/or handgrips The dynamic speed control for the focus and XY coupling always provides the right motor speed for the respective magnification Centering of the XY coupling and the focus, zoom and light starting values can be activated at the push of a single button on the coupling or by placing the microscope into the standby position (freely configurable except for focus) Parameters (i.e. light intensity, motor speed of the focus, zoom, XY coupling, starting values, filter settings, SCI setting and personal configuration of the foot control panel and handgrips can be programmed and saved for up to 20 users Fine tilt of (max. +90 °/-20 °) can be performed with one hand. Ideal for surgical procedures involving seated patients and for glaucoma surgery on children involving the use of a contact lens Wireless 14-function fully-programmable foot control panel (with optional cable) Fully configurable handgrips, each with 5 programmable functions Brightness control of halogen and xenon light sources are fully adjustable via the foot control panel Ergonomically arranged handgrips allow for operation of motorized functions. The assignment of the handgrips is freely selectable Magnetic brakes to ensure almost movement for all axes of the microscope arm and provide reliable locking of the microscope position INTEGRATION and WORKFLOW Integrated assistant's microscope with independent focusing and its own motorized zoom. The magnification can be performed independently of or parallel (linked) to the zoom of the main observer (freely configurable via software). The stereopsis corresponds to that of the main surgeon's microscope and functions without light loss for the main surgeon. (De-selectable function or optional mechanical 5x magnification changer) Integrated keratoscope to enable visualization of corneal astigmatism additional accessories are attached, (i.e. stereo co-observation tube) The integrated slit illuminator which is activated via the foot control panel or the handgrips offers additional fundus illumination in the selectable slit widths 0.2mm, 2 mm, 3mm, 4 mm. The slit can be swung into position from left to right at the push of a button on the foot control panel or handgrip Fully integrated video camera specially designed for the requirements of ophthalmic surgery, available in SD ( Standard Definition) or HD (High Definition) versions Integrated USB recording function for direct video capture on USB storage medium Integrated 17 video monitor used in following the progress of surgical cases provides an optimum 1280 x 1024 HD resolution video display in 4:3 format Integrated motorized depth-of-field management system that allows optimization of the microscope image for depth of field or light transmission An image inverter to reduce the stack height of the microscope (compared to use of a Stereo Digital Inverter (SDI)), and thus permits a relaxed, ergonomically correct and comfortable position for the surgeon. The image inverter can be attached to either the main surgeon microscope, the assistant surgeon microscope, or both, and can be activated via the foot control panel or the handgrips. The integrated beam splitter guarantees a constant working height even when additional accessories are attached, (i.e. stereo co-observation tube). SAFETY The motorized retinal protection device protects the patient against phototoxicity and can be easily swung into position via the foot control panel or the handgrips In the event of a malfunction or failure of a motorized function (such as zoom, slit illumination, SCI or focus), the surgical procedure can be safely concluded via a manual operation mode will that allows the microscope to function safely via special knobs until the surgical procedure can be safely ended If the system is placed in its standby position, the light is deactivated and the preconfigured settings are reset. This prevents undesired irradiation of the patient's eye and lengthens the service life of the light sources Integrated UV filter to protect the patient against UV and blue light A motorized retina protection filter (blue barrier filter) provides added protection against phototoxicity and can be activated via foot control panel or handgrips In the event of a halogen bulb failure during a procedure, an automatic change can be conducted without interrupting the procedure A quick change mechanism is available in the event of a xenon bulb failure MECHANICAL COMPONENTS 20 kg high load capacity to enable a variety of accessories Lifting range of the suspension arm for the surgical microscope: +/-360 mm Maximum reach of the floor stand: 1300 mm Four large, freely movable casters with individual wheel locks to enable both fine and secure positioning as well as transport from one OR to another Large 70 mm focusing range Travel range of the XY coupling: 61 mm x 61 mm to allow increased freedom of movement. B.2 Deliverable Items: A surgical microscope which meets the requirements specified in B.1. All work shall be completed between the hours of 8:00am and 4:00pm Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal holiday OPM site. The Contractor shall coordinate all deliveries, staging areas, and parking arrangements with the VA Police and Warehouse staff The Contractor shall remove all related shipping debris and clean-up any construction associated with delivery of the specified item(s). Contractor shall remove all packing and debris from the Corporal Michael j. Crescenz VA Medical Center premises and dispose of off- site. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair Deliver specified items only when site is ready Store equipment in a dry location Operation and Maintenance Manuals (1) Paper Binder and (1) Electronic Version if applicable. The vendor must provide preventive maintenance services, or preventative maintenance training to Users and Biomedical Technicians when appropriate, to meet at a minimum the Joint Commission standards B.2.1 Operator Training Technical training must provide BioMedical Engineering with the tools and knowledge to fully operate and maintain the system Scheduling of all training shall be coordinated with the Corporal Michael J. Crescenz VA Medical Center after delivery is complete B.3 Tasks: Deliver to the Corporal Michael J. Crescenz VA Medical Center warehouse/loading dock located at 3900 Woodland Avenue, Philadelphia PA 19104. C.1 Warranty The Contractor shall provide at a minimum of one-year manufacturer s warranty on all parts and labor The warranty shall include all travel and shipping costs associated with any warranty repair D.1 Security Requirements Security package not required Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information security E.1 Site Conditions There shall be no smoking, eating, or drinking inside the hospital at any time F.1 Inspection and Acceptance The warehouse shall receive all equipment prior to BioMedical Engineering inspecting the equipment Disputes shall be resolved by the Contracting Officer (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (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. (b) Vendor 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. (c) 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. (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 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://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to thomas.cossentino@va.gov and received no later than NOON EST on 9/14/2018 Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Thomas Cossentino at thomas.cossentino@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9767/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9767 36C24418Q9767_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583816&FileName=36C24418Q9767-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583816&FileName=36C24418Q9767-000.docx
- File Name: 36C24418Q9767 ZEISS OPTO REDACT_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583817&FileName=36C24418Q9767-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583817&FileName=36C24418Q9767-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9767 36C24418Q9767_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583816&FileName=36C24418Q9767-000.docx)
- Place of Performance
- Address: Philadelphia VA Medical Center;3900 Woodland Ave;Philadelphia PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN05081736-W 20180912/180910231601-da5886ca3f8f8ed13e3b428ff7e90fed (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 |