SOLICITATION NOTICE
65 -- 36A77620Q0405 Long Beach PKG 016 Eye 1
- Notice Date
- 8/28/2020 10:06:34 AM
- Notice Type
- Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36A77620Q0405
- Response Due
- 9/11/2020 7:00:00 AM
- Archive Date
- 10/11/2020
- Point of Contact
- Sandra Mruk, Contract Specialist
- E-Mail Address
-
sandra.mruk@va.gov
(sandra.mruk@va.gov)
- Awardee
- null
- Description
- 2 VA Long Beach Healthcare System 5901 E 7th St. Building 149 Long Beach, CA 90822 VA Long Beach Healthcare System 402 Phase 5- Equipment Package Basis of Design (BOD) General Conditions and Statement of Work Digital Fundus Cameras, Lensometers, Handheld Ophthalmic Ultrasound, Specular Microscope, Ophthalmic Imaging Ultrasound PKG 016 Introduction The VA Long Beach Healthcare System has a requirement to purchase Digital Fundus Cameras, Lensometers, Handheld Ophthalmic Ultrasound, Specular Microscope, Ophthalmic Imaging Ultrasound PKG 016with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a brand name or equal requirement. See FAR Clause 52.211-6 Brand Name or Equal (AUG 1999) for additional information. See attachments for salient characteristics. This requirement is in support of the activation of the VA Long Beach Healthcare System Project. Item(s) are to be delivered to the location specified in section 2.4.1. Table 1 Package Items Summary Item Number Item Description Quantity M5510 Camera, Fundus, Digital, (ICG) Topcon Medical Systems, Inc. | TRC-Nw8 F Plus | 27062K1 / 36000-80, Brand Name or Equal 1 M5520 Lensometer, Automatic, Reichert Technologies Ophthalmic Instruments | LensCheck Pro | 15185, Brand Name or Equal 3 M5520A Lensometer, Manual, Reichert Technologies Ophthalmic Instruments | ML1 | 15110, Brand Name or Equal 15 Training for M5520 1 General Conditions Site Address The address of the VA Long Beach Healthcare System is listed below. Additional information on delivery is located in section 2.4. VA Long Beach Healthcare System 5901 E. 7th Street Building 149 Long Beach, CA 90822 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date VA Long Beach Healthcare System OP126 VALB 5/27/2020 8/31/2020 Schedule and Order Management The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 30+ days due to construction delays. The awardees actual delivery dates will be confirmed by VA upon award. Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the COR and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact Brian Fleenor at (562) 743-9263, Brian.Fleenor@va.gov or Vickie Orloff at (714) 904-8850, Victoria.Orloff@va.gov VA Long Beach Healthcare System Direct Delivery to address detailed in paragraph 2.1.1) IOT&A Contractor-Provided Warehouse Local to the VALBCHCS Delivery shall be freight on board (FOB) Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Assembly and Installation The vendor is required to manage and coordinate installation at the VALB with the COR. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VALB. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record the training and provide a copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. Use of Premises During the performance of this contract, work will be carried out on VALB premises. The vendor will perform all work in such a manner that will cause a minimum interference with VALB operations and the operations of other contractors on the premises. The vendor will communicate through the VA POC any required coordination requirements with the GC prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor will take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor will assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). VA Long Beach 402 M5510 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 402 Issue Date: April 2020 _ Total Quantity: 2 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Camera, Fundus, Digital, (ICG) _ Brand Name or Equal: Topcon Medical Systems, Inc. | TRC-Nw8 F Plus | 27062K1 / 36000-80 _ Salient Characteristics: Multi-function easy-to-use, mydriatic/non-mydriatic retinal camera with auto focus and auto capture capabilities. The multi function capture features include color fundus, red-free images, fluorescein angiography and fundus auto fluorescence (FAF) using Spaide FAF filters. Equipped with automatic focusing and capture. The automatic blink detection and small pupil features prevent mistakes during capture. A 16.2 megapixel camera back provides high resolution images with a 45° field of view with a 30º incorporated digital zoom. The internal firmware allows the user to seamlessly communicate with the IMAGEnet® capture system. The TRC-NW8F Plus has nine internal fixation points that facilitate the composition of wide angle views of the retina. Versatile multi function retinal camera with color, red free, FA and FAF capabilities Exclusive Spaide FAF Filters. Auto Focus and Auto Capture. Intelligent software prevents mistakes during capture. Automatic small pupil detection 16.2 megapixel resolution Stereo imaging capability 9 internal fixation targets for image consistency when composing wide-field views Main Image: VA Long Beach 402 M5520 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 402 Issue Date: April 2020 _ Total Quantity: 3 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Lensometer, Automatic _ Brand Name or Equal: Reichert Technologies Ophthalmic Instruments | LensCheck Pro | 15185 _ Salient Characteristics: Refractive Measurement Range: Sphere: -25D to +25D (Step: 0.01D, 0.12D, 0.25D) Cylinder: 0D to ± 10D (Step: 0.01D, 0.12D, 0.25D) Axis angle: 1 to 180° (Step: 1°) Addition: 0D to 10D (Step: 0.01D, 0.12D, 0.25D) Prism: 0 to 10° (Step: 0.01D, 0.12D, 0.25D) UV Transmittance Measurement: 0 to 100% (Step: 5%) Pupilary Distance Measurement: 45mm to 85mm (Step: 0.5 mm) UV Transmittance Measuring Wavelength: 375 nm Lens Power Measuring Wavelength: 630 nm Measureable Lens: Unprocessed (Diameter: 100mm) and Framed Lens Single, Multifocal, Progressive lens Single Focus Hard and Soft Contact Lens (use Contact Lens Stand) Measurement Accuracy: Sphere: 0D to ± 10D = ±0.25D, else 0.50D Cylinder: ±0.25D Printer: Thermal line printer (Paper width: 58 mm) Port: Serial RS-232C port for connecting to EMR/EHR and other devices Internal Display: 145 mm (5.7 inches) color LCD monitor Main Image: VA Long Beach 402 M5520A 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 402 Issue Date: April 2020 _ Total Quantity: 15 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Lensometer, Manual _ Brand Name or Equal: Reichert Technologies Ophthalmic Instruments | ML1 | 15110 _ Salient Characteristics: Manual Lensometer. Enables measurement of lenses including single vision, bifocal, and contact lenses. Features LED light source, battery power, and unrestricted tilting angle up to 90 degrees. Includes dust cover and contact lens holder. Main Image:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8b1a53ea300e48e59b1aa41f506f1238/view)
- Record
- SN05778171-F 20200830/200831093752 (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 |