DOCUMENT
66 -- Visual Field Analyzer,Retinal Camera - Attachment
- Notice Date
- 9/20/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;500 U.S. Hwy N;Prescott AZ 86313
- ZIP Code
- 86313
- Solicitation Number
- 36C25818Q9894
- Response Due
- 9/24/2018
- Archive Date
- 11/23/2018
- Point of Contact
- Columbus Campbell
- E-Mail Address
-
Columbus.Campbell@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Items 36C25818Q9894 Page 4 of 5 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25818Q9894 Posted Date: 9/20/18 Response Date: 9/24/18 Product or Service Code: 6650 Laboratory Equipment Set Aside (SDVOSB/VOSB): SDVOSB Set-Aside VIP Verified NAICS Code: 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing Contracting Office Address NCO 22 Gilbert 4135 S Power Rd. Ste 103 Mesa, AZ 85212 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 8/22/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. Network Contracting Office 22 Gilbert is seeking to purchase Retinal Camera, Visual Field Analyer, software and installation. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Retinal Camera 1 each 0002 Visual Field Analyzer 1 each 0003 Software 1 each 0004 Installation 1 job NAVAHCS Statement of Work This requirement is for TWO difference pieces of equipment that together provide a clinical evaluation solution and all will be connected via an interface to Vista Imaging. Retinal Camera, Visual Field Analyzer and software to manage data from three standalone analyzers. Software must retrieve images and data from the 3 analyzers to allow clinicians to view images/data at various workstations. The software must be able to provide the appropriate format for the images/data to be placed in the patient s medical record i.e. CPRS. The software must be able to be installed on a virtual server and DICOM conformant. Installation must be done by the manufacturer for warranty purposes. Training will also be conducted by manufacturer. Quantity one (1) Retinal Camera Specifications: Non-mydriatic Correctable optics with digital sensor Interfaceable Quick image transfer via network Integrated patient database, including multiple options for image comparison and review 24 or greater integrated Megapixel Sensor Auto-focus Advanced Positioning Small Pupil Mode 3.3 mm or less Built-in medical grade sensor for calibration for retinal images Advanced color separation filters including Fundus Auto Fluorescence filter to maximize views of Retinal Pathologies and diseases states. Quantity one (1) Visual Field Analyzer Specifications: Fixation Control Video eye monitor Blind spot monitor Gaze tracking Head tracking Vertex monitoring Visual field index: Summary measurement of the patient s visual field status, expressed as a percent of a normal age-adjusted visual field. Liquid trial lens: Using Liquid pressure, delivers each patient s refractive correction. Available correction range is -8 to +8 diopters. Spherical correction only. Smart Touch screen interface Fixation monitoring system to allow for systematic and pin point fixation inspection System that allows the doctor to compare visual field status and progression to data collected from glaucoma subjects and provide clinicians with statistically significant changes as well as rate of change to predict future vision quality - guided analysis. A system that provides a kinetic graphical interface with full 180degree testing range. Dimension: 46 L x 52 W x 58 H (cm) which is exactly equivalent to: 18.11 L x 20.47 W x 22.83 H (inch) Electrical Requirement: 100-120v- 50/60 Hz, 4.0A Internal Storage: 500 Gb Operating System: Windows 7-64 bit DICOM conformant Ability to import all raw data and algorithms of any previous Humphry Field Analyzer (HFA) into the instrument. Ability to combine multiple HFA databases from multiple instrument in clinic into 1 HFA database on the current server Ability to integrate and create a modality work list Delivery and installation shall be provided no later than 30 days after receipt of order. Delivery shall be FOB destination. Place of Performance Northern AZ. VA Healthcare System Address: 500 Highway 89N City/State: Prescott, AZ Postal Code: 86301 Country: UNITED STATES Installation Point of Contact Rhonda Binaghi 928-445-4860 ext 3327 Award shall be made to the quoter whose quotation is the lowest priced responsive and responsible quotation on an All or None basis, meaning that the quoter must be able to supply the total quantity requested of the acquisition to be considered for award. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Aug 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2014) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2018) Please see attachment A for complete listing of clauses, provisions, and statutes that apply to this RFQ. All quotations shall be sent to Columbus Campbell, Contracting Specialist, at columbus.campbell@va.gov. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 PM EST 9/24/2018 at columbus.campbell@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting specialist, Columbus Campbell, at columbus.campbell@va.gov, not later than 4:00 pm EST on 9/21/2018. Point of Contact Contracting Specialist, Columbus Campbell, 928-717-7548 or columbus.campbell@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/36C25818Q9894/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q9894 36C25818Q9894.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601447&FileName=36C25818Q9894-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601447&FileName=36C25818Q9894-000.docx
- File Name: 36C25818Q9894 Attachement A - Clauses and Provisions 36C25818Q9894.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601448&FileName=36C25818Q9894-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601448&FileName=36C25818Q9894-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q9894 36C25818Q9894.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601447&FileName=36C25818Q9894-000.docx)
- Place of Performance
- Address: Northern AZ VA Healthcare System;500 n Hwy 89;Prescott AZ.
- Zip Code: 86313
- Zip Code: 86313
- Record
- SN05098991-W 20180922/180920231357-1228e34bd38eef4ca2211a21656e2ad3 (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 |