SOLICITATION NOTICE
65 -- ZEISS OS \F\ HFA3 MODEL 860 Visual Field Analyzer for CP
- Notice Date
- 6/10/2020 9:54:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0737
- Response Due
- 6/17/2020 7:00:00 AM
- Archive Date
- 06/18/2020
- Point of Contact
- Enell Riley, Contract Specialist, Phone: (716) 834-9200
- E-Mail Address
-
enell.riley@va.gov
(enell.riley@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24220Q0737 Posted Date: 06/10/2020 Original Response Date: 06/17/2020 Current Response Date: 06/17/2020 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): N/A NAICS Code: 334510 Contracting Office Address Department of Veterans Affairs Appletree Business Park, 2875 Union Rd Ste. 3500, Cheektowaga, New York 14227. 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 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 Employees. The Castle Point VAMC is seeking to purchase Visual Field analyzer for Logistics Department. All interested companies shall provide quotation(s), for the following: Supplies Line Item Description Quantity Unit Price Total Price 1 ITEM#266002-1170-747-PRO ZEISS OS | HFA3 MODEL 860 W/ LIQUID TRIAL LENS, RELEYE, KINETIC, GPA, HEAD TRK, GAZE TRK, PRINTER & TABLE ****TECHNICAL SPECIFICATIONS**** 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 10 Fixation Control Video eye monitor Heijl-Krakau blind spot monitor Gaze Tracking Head Tracking Vertex Monitoring 1 EA 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. Liquid Trial Lens available in model 860 only. SmartTouch interface: Touch screen interface allows for a more efficient Workflow RelEye: The RelEYE fixation monitoring system allows for systematic and pin point fixation inspection. The HFA 3 captures and keeps the image of the eye during the testing and just after, prior to the Result Review Screen. RelEYE cannot be viewed on the HFA 3 after terminating the test. Using the HFA 3, RelEYE is also available in FORUM Glaucoma Workplace (minimum version 2.0.3). Only FORUM can keep the RelEYE data stored for future usage for exporting exams. Guided Progression Analysis (GPA ): GPA allows the doctor to compare visual field status and progression to data collected from glaucoma subjects. GPA provides statistically significant change as well as rate of change, and predict future vision quality. Connectivity: For comprehensive connectivity the HFA 3 can be connected to FORUM (minimum version 3.2) with FORUM Glaucoma Workplace (minimum version 2.0.3). DICOM conformant as per the DICOM Conformant Statement, available at http://www.zeiss.com/meditec/en_us/products--- solutions/ophthalmology-optometry/dicom.html HFA 3 also supports common file folder sharing used by most Electronic Medical Record Systems (EMR). SITATM (Swedish Interactive Threshold Algorithm): A patented algorithm for fast and accurate visual field threshold measurements; it is the most commonly used test strategy and incorporates patient responses in real time. SITA database: The SITA normative database contains normative data for SITA Standard and SITA Fast 30-2, 24-2 and 10-2 threshold visual field test results from healthy subjects aged 17 to 89. SITA-SWAP / Blue Yellow Perimetry: Replaces the Full Threshold and FastPac strategies for testing SWAP visual fields due to the much shorter test times available when utilizing SITA SWAP STATPAC : It is a software package using normative values and patient data to perform statistically analysis to help interpret test data. STATPAC is the software, normative data and statistical analysis in HFA. Kinetic Testing: In kinetic testing, light stimulus of fixed characteristics is moved into the visual field from a non-seeing area, until it is detected by the patient. Typically, the stimulus is brought toward the center from several directions and the operator marks the location at which the patient first detects the stimulus (threshold point). The HFA 3 provides a kinetic graphical interface with full 180º testing range. Glaucoma Hemifield Test (GHT): Compares points in the superior and inferior hemifield to provide analysis of test results. On 24-2 and 30-2 tests, the GHT evaluates five zones in the superior field and compares these zones to their mirrored zones in the inferior field. The GHT evaluates the severity of disturbed points in each zone pair, relative to its normal database. Legacy data: patient legacy data can be transferred from the HFA II and HFA II-i to the HFA 3. FORUM Glaucoma Workplace (minimum version 2.0.3): Allows to review quantitative and qualitative information from all standard HFA analyses; change baseline and capture, track and measure progression with G PRICE SHOULD INCLUDES: ONE YEAR MANUFACTURER WARRANTY DELIVERY INSTALLATION OF STAND-ALONE INSTRUMENT ONLY (CUSTOMER IS SOLELY RESPONSIBLE FOR INTEGRATION AND CONNECTIVITY TO NETWORK, IF APPLICABLE AND DESIRED). MANUFACTURER CAN PROVIDE TECHNICAL SUPPORT VIA REMOTE TELEPHONE CONVERSATION AS IT RELATES TO APPROPRIATE NETWORK PORTS AND SETTINGS. TRAINING TWO OPERATORS MANUALS TWO SERVICE MANUALS Services Items to be delivered directly to facility. Facility address: Castle Point Clinic, 41 Castle Point Rd, Bldg. 15 Room E-304, Wappinger Falls NY 12590. Attn: Andrew Saltalamachia The delivery/task order period of performance is 06/17/2020 07/15/2020 Delivery shall be provided ""no later than 15 days after receipt of order/award of contract . delivery terms FOB destination. The contractor shall deliver (one) 1-line item to Castle Point Clinic, 41 Castle Point Rd, Bldg. 15 Room E-304, Wappinger Falls New York 12590. Place of Performance Address: Castle Point Clinic 41 Castle Point Rd Bldg. 15 Room E-304 Wappinger Falls, New York Postal Code: 12590 Country: UNITED STATES Award shall be made to the offeror, whose proposal offers the best value to the government, considering technical capability and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications, delivery time and lowest price. 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 (Deviation Oct 20018) ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Items FAR 52.212-2, Evaluation-Commercial Items-(Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (Oct 2018) ADDENDUM to FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019). The following subparagraphs of FAR 52.212-5 are applicable, along with 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52.222-3, 52.222-35, 52.222-50, 52.222-36, 52.222-21, 52.222-26, 52.223-18, 52.225-1,52.225-13, 52.233-3, 52.233-4 and 52.247-64 subparagraphs. VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) **No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. ** This is an open-market combined synopsis/solicitation for Visual Field Analyzer as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals, 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:"" quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 06/17/2020 @ 10AM or sooner at email address listed below for Contracting Officer address for submission of quotes. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only email quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Enell.Riley@va.gov. Point of Contact Enell Enell.Riley@va.gov 716-862-7461xt22454 2875 Union Rd Ste. 3500 Cheektowaga, New York 14227
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/660a2d377b794f4783a4b7beab038083/view)
- Place of Performance
- Address: Castle Point Clinic 41 Castle Point Rd Bldg. 15 Room E-304 Wappinger Falls, NY
- Record
- SN05686343-F 20200612/200610230157 (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 |