SOLICITATION NOTICE
66 -- Brand Name or Equal Olympus Rhino-laryngoscope Video and Monitoring System
- Notice Date
- 6/4/2020 1:22:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91020Q00094
- Response Due
- 6/15/2020 8:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Megan Kisamore, Phone: 2402765261
- E-Mail Address
-
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program (SOP) requires the procurement of one (1) brand name or equivalent Olympus Rhino-laryngoscope Video and Monitoring System (#ENF-VH and #ENF-V3). This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 � Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00094, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-06 (05-06-2020), simplified acquisition procedures for commercial items. � The North American Industry Classification System (NAICS) code is 334516 and the business size standard is 1,000 employees. � Only one award will be made as a result of this solicitation. �This will be awarded as a firm fixed price type purchase order. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. 1.0�� �BRAND NAME OR EQUAL This requirement is for a brand name or equal Olympus Rhino-laryngoscope Video and Monitoring System. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0�� �BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program (SOP) requires the procurement of one (1) brand name or equivalent Olympus Rhino-laryngoscope Video and Monitoring System (#ENF-VH and #ENF-V3). The Clinical Center, where the SOP medical staff will be performing procedures, has existing Olympus fibroscopes and surgical diagnostic imaging systems in place. The Clinical Center personnel is trained for maintenance (sterilization) and storage of Olympus material. Additionally, the existing Olympus systems and software integrations are part of many patient-enrolled protocols at NIH and have IT interfaces/software linked with the NIH patient portals. This software connection is important for registering patient care and therapy directly into the NIH system (consultation/procedure reports and video). Thus, the subsequent instruments must be compatible with the existing system, already established at NIH. 3.0�� �TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. 4.0�� �SPECIAL ORDER REQUIREMENTS 4.1�� �PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required: ��� �Mobile trolley set on wheels for mobility, to facilitate tower movement between different patient consultation rooms. ��� �Tower structure shall be mounted onto wheels, with dimensions no larger than 1110mm H x 563mm D x 489 mm W, as to fit the limited space in patient consultation rooms. And shall hold all product items below, stacked onto a narrow and mobile tower. CCR requires a compact, lightweight tower with integrated handles at the front and rear of the top tray. The compact design is required, as it will be used in facilities where space is limited such as the examination rooms in the NIH Clinical Center (OP3). The top tray shall provide working space or a place for equipment to increase storage capacity. Optimized cable management shall be achieved through channels in the columns and cable ties on rear of the shelf. � o�� �Accessories available on tower:� � �?�� �A removable cable, SVR/Printer, CV-160 for connection to printer without RS-23C � �?�� �Sliding keyboard tray, rear panel and separate transformer � �?�� �ENT scope hangers on trolley, for safe and protected handling of scope while performing peri-procedural steps. ��� �Mobile monitor mounted onto a tower structure� �o�� �The monitor must be an HD LCD monitor no less than 26�. The LCD panel must have a LED backlight with a minimum resolution of 1920 x 1080 dots (full HD) and an aspect ratio of 16:9. Flip function mirror and 180 rotation for image display. Various input/output terminals: 3G/HD/SD SDI (serial digital interface), DVI, HD15 and video.� �o�� �LCD Monitor mount, which allows for upright attachment of monitor onto mobile trolley �o�� �Nurses Control Panel Arm-long with angles. This will allow direct visualization on monitor screen of procedure (recorded video) by the MD while performing the procedure (neck angle for best performance, while standing in front of patient) and allow separate control by assisting nursing staff ��� �Video System:� �o�� �HDTV video processor with image noise reduction and increased brightness and the capability to enhance visualization of vessels and other tissues on mucosal surfaces. � �?�� �1080p video, DVI, HD-SDI and analogue video output, which is critical for quality of video image transfer.� � �?�� �Maximum dimensions to fit onto tower (No larger than 370 x 85 x 455 mm).� � �?�� �Media USB, recording format TIFF, JPEG.� � �?�� �Remote switch possibilities (from manual processor control to manual scope control; see below, scopes need to have 4 remote switch controls).� � �?�� �Portable memory and memory backup capability �o�� �Light source: 300Watt light source, equipped with specially coated filters with the capability to enhance visualization of vessels and other tissues on mucosal surfaces that can automatically adjust light intensity to achieve ideal illumination for observation.� � �?�� �Automatic switching to emergency lamp (halogen lamp).� � �?�� �Backlit front panel indicators allows control in darkened patient examination room.� � �?�� �Maximum dimensions to fit onto tower (no larger than 370 x 150 x 474 mm). ��� �Keyboard: to enter patient information and direct administrative procedures (recording, saving video, specific selections). ��� �Printer: a dye sublimation printer with USB connection, capable of printing real-time pictures from the video recording made with the scopes. This is necessary to document certain specific events found during procedure (e.g. pathology) for medicolegal purposes, to be kept on file. ��� �Footswitch with footswitch holder on trolley: shall allow the MD performing the case/procedure, which requires both hands, to manually foot direct orders to the monitor/video recorder of the system, to bookmark recording video without interrupting the procedure. ��� �Medical Recorder with visual and surgical data management system that shall connect the equipment to the hospital network (equivalent of a centralized medical content management system).� �o�� �Minimum requirements are: � �?�� �Exchange of patient information (Label, print, export procedure data after case) � �?�� �Able to perform quick search within system and allows remote access (MD can access the procedure content after the case from outside the procedure room or other locations on the hospital network) � �?�� �Easily access patient registration information pre-case via a keyboard or touch panel, remote PC or iPad� � �?�� �Capture, record, and compare side-by-side current and historical images during the case � �?�� �Windows 10 or newer, Enterprise IoT, a commercially hardened, embedded operating system and antivirus/antimalware software � �?�� �Direct SDI (serial digital interface) allows analogue output/adapter � �?�� �Touch screen panel capability for easy access to or for entering patient registration information � �?�� �HIPAA compliance features:� � � � � -�� �Individual login credentials, unique user accounts, password protection, user access log, ability to de-identify personal health information (PHI) from patient records � � � � -�� �Video/data transmission and management software from the monitor/processor: shall allow, in real-time, visualization of patient recordings; and, allow vetted, secured and direct transmission from within procedure room to the NIH IT medical/patient interface. This management system is currently used by the NIH Clinical Center. ��� �High definition flexible scope that includes a light source for imaging and video.� �o�� �The flexibility of the scope shall allow anatomical passage through the rhino-laryngeal space with minimal pain and allow full examination.� �o�� �The flexibility and video capacity shall assure light source directly on deep patient targets and easy handling.� �o�� �Scopes shall have full-screen HD image, wide angle, large illumination fields and pre-freeze function.� �o�� �Scopes shall have image technology capability that enhances the visibility of vessels and other tissue on the mucosal surface.� �o�� �Both scope sizes shall carry a stroboscopic light source. �o�� �Required scope dimensions and specificities: both shall have a working length of 300mm, include 4 remote switches, and have tip bending capabilities of angulations at a minimum of: up 130 degrees and down 130 degrees. � �?�� �ENF-VH, flexible video HD rhinolaryngoscope (adult 3x): maximum tip size of 3.9mm, and minimum field view of 110 degrees � �?�� �ENF-V3, flexible ultra-thin video rhinolaryngoscope (pediatric 1x): maximum tip size of 2.6mm, and minimum field view of 90 degrees. 4.2�� �DELIVERY / INSTALLATION Delivery shall be within 60 business days after purchase order award. All shipping/ handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, Contractor shall notify the NCI Technical Point of Contact (POC), TBD at award, to schedule the installation date and time that shall occur within 14 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: 10 Center Drive Building 10Clinical center OP3 Bethesda, MD 20892 *Due to COVID-19, please see special delivery instructions/requirements in section 8.0 GENERAL INSTRUCTIONS below.� 4.3�� �WARRANTY A minimum of 12-months warranty shall be included, which covers the c22-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply �shall render their quote as non-responsive.� If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov. Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a57e037553c2473ebf163768414d6a27/view)
- Record
- SN05681000-F 20200606/200604230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |