DOCUMENT
65 -- Zeiss Forum - Attachment
- Notice Date
- 9/3/2019
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- 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
- 36C25919Q0658
- Response Due
- 9/5/2019
- Archive Date
- 10/5/2019
- Point of Contact
- WAYNE CAUDILL
- E-Mail Address
-
2
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25919Q0658 Zeiss Forum Connectivity System 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. ** Quotes are to be provided to Wayne.Caudill@va.gov no later than 10:00 AM EST, 09/5/2019. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0658. 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) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of 750 Employees. This solicitation is a 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Zeiss Forum Connectivity System SEE STATEMENT OF WORK 1 JB GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); STATEMENT OF WORK (SOW) Zeiss Forum Connectivity System Background The Eastern Oklahoma Veterans Health Care System (Jack C. Montgomery VAMC, Muskogee) is in need to purchase (1) Zeiss Forum Connectivity System. Description QTY (1)- 000000-2131-312/01FOBP42 ZEISS OS | FORUM ARCHIVE AND VIEWER PKG. (V4.0) (INCL: 1 ARCHIVE, 3 VIEWER, 3 DICOM CZM INSTR. CONNECTION) | EA QTY (16) - 306601-8530-100/20FVIEW3 CARL ZEISS MEDITEC, INC. | FORUM VIEWER (V3) | 1/EA QTY (1)- 000000-2259-029/20GW31US CARL ZEISS MEDITEC, INC. | GLAUCOMA WORKPLACE 3.1 QTY (16) - 000000-2020-237/30FGWPU3 CARL ZEISS MEDITEC, INC. | LICENSE FORUM GLAUCOMA WORKPLACE 3.1 | 1/EA QTY (1)-000000-2259-031/30RW201U CARL ZEISS MEDITEC, INC. | ZEISS RETINA WORKPLACE 2.0.1 QTY (16) - 000000-2127-546/30FRWPUL CARL ZEISS MEDITEC, INC. | ZEISS RETINA WORKPLACE USER LICENSE X1 | 1/EA QTY (7) - 306601-8530-101/40FCZDIC CARL ZEISS MEDITEC, INC. | FORUM-DICOM INTERFACE LICENSE TO CZM INSTRUMENT (V3) QTY (1)-306601-8530-103/40F3PDL3 CARL ZEISS MEDITEC, INC. | FORUM INTERFACE LICENSE TO 3RD PARTY DICOM INSTRUMENT (V3) QTY (1)-000000-2083-851/50FEMRH7 CARL ZEISS MEDITEC, INC. | FORUM-EMR PACKAGE INCL. HL7 QTY (1)-000000-2076-772 ZEISS OS | UPGRADE CIRRUS INSTRUMENT REVIEW SOFTWARE TO CIRRUS REVIEW SOFTWARE (7.X) LOCAL DATABASE (INCLUDES FORUM CZM RS CONNECTIONS V3, RPE AND GC ANALYSIS) (10-PACK) WITH REMOTE INSTALLATION | 1/EA QTY (1)-266002-1131-909 ZEISS OS | FORUM ON-SITE INSTALLATION & TRAINING ($7,000 FOR MAIN SITE): ALL TRAVEL AND ONSITE LABOR CHARGES TO INCLUDE ACTUAL SOFTWARE INSTALLATION, CUSTOMER TRAINING (IT, CLINICAL APPLICATION, EHR INTEGRATION) | 1/EA QTY (100) - 266002-1150-893 CARL ZEISS MEDITEC, INC. | ENTERPRISE ARCHITECTURE DESIGN, CUSTOMIZED SYSTEM DESIGN BASED ON EXISTING BANDWIDTH AND NETWORK. PROJECT MANAGER WILL CREATE THE MOST EFFICIENT DATA MANAGEMENT WORKFLOW, EHR INTEGRATION AND INSTRUMENT CONNECTIVITY OF THE... QTY (1)-266002-1130-065 ZEISS | Connectivity Service Plan, Annual Project Scope: FORUM OFFICE server implementation. Interface Qty 3 Cirrus 5000 AngioPlex, Qty 2 Clarus 700, Qty 2 IOL Master 700, Qty 2 Atlas 9000 to FORUM via Modality Worklist/DICOM Gateway. Please Note: Customer will need to purchase DICOM instrument software from the appropriate company to enable those instruments to interface in DICOM. Implement Forum Glaucoma Workplace & HFA/Cirrus Combined Report. Configure FGW to create SFA reports for all prior HFA tests. Transfer HFA, Cirrus raw data to Forum. Activate Cirrus OPT-IOD B-Scan image transfer. Implement Cirrus Review into FORUM system. Interface FORUM with customer's EMR system. Please Note: Customer will need to acquire the appropriate EMR integration software from their EMR provider to interface with FORUM. Provide (19) FORUM viewers for exam rooms and staff workstation. On-Site Installation and training. QTY 3PWRNTY CORPS BIOLOGICS MAKES NO WARRANTY, IMPLIED OR OTHERWISE, FOR THE ITEM(S) ON THIS QUOTATION. THE ONLY APPLICABLE TERMS AND CONDITIONS REGARDING THE ITEM(S) ARE THOSE AS SET BY THE VENDOR CORPS BIOLOGICS PURCHASED THE ITEM(S) FROM AND/OR THE MANUFACTURER. IF A COPY OF THESE TERMS AND CONDITIONS IS NEEDED, PLEASE REQUEST A COPY PRIOR TO PLACING AN ORDER AS THE APPLICABLE TERMS AND CONDITIONS WILL BE ENFORCED FROM THE TIME THE ITEM(S) IS ORDERED. Delivery Warehouse: Jack C Montgomery VAMC 1011 Honor Heights Drive Muskogee, OK 74401 Scope The contractor will have all the products delivered and in place at Jack C. Montgomery VAMC by 09/30/2019. Contractor delivery of equipment shall take place between the hours of 0800 -1500, Monday through Friday. Contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, MemorialDay, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day POC Matt Keefe CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Statement of Work. NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order. END OF STATEMENT OF WORK Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at MUSKOGEE, OK 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. Offeror 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors 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 offeror 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 offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Price 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Option 1 This is FAR Part 13 acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price only. The following factor shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. MUST BE BRAND NAME OR EQUIVILENT TO BRAND NAME. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 52.232-33 Payment by Electronic Funds Transfer 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 FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 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) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to WAYNE.CAUDILL@VA.GOV by 1000 AM EST, 09/05/2019 Name and email of the individual to contact for information regarding the solicitation: WAYNE CAUDILL WAYNE.CAUDILL@VA.GOV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0658/listing.html)
- Document(s)
- Attachment
- File Name: 36C25919Q0658 36C25919Q0658.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5137660&FileName=36C25919Q0658-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5137660&FileName=36C25919Q0658-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25919Q0658 36C25919Q0658.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5137660&FileName=36C25919Q0658-000.docx)
- Place of Performance
- Address: MUSKOGEE VAMC;1011 HONOR HEIGHTS;MUSKOGEE, OK
- Zip Code: 74401
- Zip Code: 74401
- Record
- SN05428053-W 20190905/190903230921-07a80ab9adb2b0845fb5912e6ba7253d (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 |