SOLICITATION NOTICE
65 -- IHS1385239 - Visual Field Analyzer - WRSU - Combined Synopsis Package
- Notice Date
- 9/4/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
- ZIP Code
- 85004-4424
- Solicitation Number
- RFQ-19-PHO-78
- Archive Date
- 9/26/2019
- Point of Contact
- Ashley B. Velasquez, Phone: 6023645016
- E-Mail Address
-
ashley.velasquez@ihs.gov
(ashley.velasquez@ihs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work Combined Synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. d Solicitation # RFQ-19-PHX-78 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial commodities/services. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). This requirement is under North American Industrial Classification Standard (NAICS) code: 339115; Small Business Size Standard: 500 employees. This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and only qualified vendors may submit quotes. REQUIREMENTS: Indian Health Service (IHS) - Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has a requirement for one (1) Brand Name or Equal Zeiss HFA3 Model 860 and four (4) 1-year service options. This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted. Service Performance Location: Whiteriver Service Unit, P.O. Box 860, 400 W. Apache Dr., Whiteriver AZ 85941 Quote Due Date: 09/11/2019 3:00 PM EDT Salient Characteristics: Request is for a visual field analyzer to test for glaucoma, neurological disease, macular disease, and others. Operating System Windows 7-64 bit Eye position shall be available for instant review at any stimulus point by the Ophthalmologist. Built in Glaucoma progression analysis software. DICOM conformant Shall have fields specific for driver licenses and tumors that impact optic nerve conditions. Single display of complete visual field history. Patient monitoring of fixation is automated. The Visual Field Analyzer must be based on Zeiss HVF format. All files in the current Zeiss HVF2 must be transferrable to the new system. Automatically loads the correction from previous exam. Shall provide medical staff with summary measurement of the patient's visual field status, expressed as a percent of a normal age-adjusted visual field. Uses Liquid pressure which delivers each patient's refractive correction. Available correction range is -8 to +8 diopters. Spherical correction only. Touch screen interface. A fixation monitoring system that allows for systematic and pin point fixation inspection. An HFA 3 that captures and keeps the image of the eye during the testing and just after, prior to the Result Review Screen. The Visual Field Analyzer must be compatible with the HFA 750 for transferring the archived visual field tests already completed and stored from the existing HFA 750 to the new machine. (1 each) Zeiss OS HFA3 Model 860 (2 each) Maintenance Manuals (CD, PDF or Word) (2 each) User Manuals (1 each) Cleaning Instructions for all equipment, supplies and accessories PRICING: CLIN DESCRIPTION CATALOG # QUANTITY UNIT PRICE UNIT TOTAL 0001 ZEISS OS | HFA3 MODEL 860 W/ LIQUID TRIAL LENS, RELEYE, KINETIC, GPA, HEAD TRK, GAZE TRK, PRINTER & TABLE 266002-1170-747-PRO 1 Each 0002 Base year warranty 3PWRNTY 1 Year 0003 CARL ZEISS MEDITEC, INC. | OPTIME COMPLETE HFA3 MODEL 860 - 1 Year 000000-2149-432-1YR 4 Year The Department of Health and Human Services, Phoenix Indian Medical Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(8), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request). Quotes must be submitted electronically to Ashley.Velasquez@ihs.gov. This is a brand name or equal, open-market combined synopsis/solicitation for products as defined herein. A brand name or equal purchase description must include, in addition to the brand name, a general description of the salient physical, functional or performance characteristics of the brand name item that an equal item must meet to be acceptable for an award. The government intends to award a firm, fixed price purchase order as a result of this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsive and responsible vendor on an all or none basis; meaning that the vendor must be able to supply the total quantity requested of the acquisition to be considered for award. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 dated 06-05-2019. The provision at FAR 52.212-1, Instructions to offerors - Commercial, applies to this solicitation. The full text of FAR provisions or clauses may be accessed electronically at g http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 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. CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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): https://www.acquisition.gov/far/ (FAR) and (HISR); 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016); 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016); 52.217-5 Evaluation of Options (JULY 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.222-3 Convict Labor (JUN 2003); 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); 52.222-41 Service Contract Labor Standards (MAY 2014); 52.225-1 Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332); 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (MAY 1999); 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference 52.204-7 System for Award Management (JUL 2013); 13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/RFQ-19-PHO-78/listing.html)
- Place of Performance
- Address: Whiteriver Service Unit, P.O. Box 860, 400 W. Apache Dr., Whiteriver, Arizona, 85941, United States
- Zip Code: 85941
- Zip Code: 85941
- Record
- SN05429915-W 20190906/190904230919-13e469d86a42805225942d38fc4113c5 (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 |