SOURCES SOUGHT
65 -- OR Surgical Microscope
- Notice Date
- 5/12/2023 12:57:45 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24523Q0643
- Response Due
- 5/19/2023 9:00:00 AM
- Archive Date
- 07/18/2023
- Point of Contact
- Ryan Singletary, Contract Officer, Phone: 202-745-8000
- E-Mail Address
-
ryan.singletary@va.gov
(ryan.singletary@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Friday, May 19, 2023 at 12:00 PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a specialized Surgical Microscope for the VA Maryland Health Care System Baltimore, MD. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ 000000-2216-914-01SYSCOM CARL ZEISS MEDITEC, INC. \F\ KINEVO 900 COMFORT - \F\ KINEVO 900 SYSTEM KINEVO 900 Comfort package contains: - KINEVO 900 System - Surgeon-Controlled Robotics (PointLock, PositionMemory) - QEVO Starter Package (2nd monitor and 1 handpiece included) - Fully integrated video chain (camera, recording and storage) - USB 3.0 memory devices (stick & HDD) - IOF Preparation - SMARTDRAPE starter pack - HD MultiVision - Navigation ready - Shared network package - ZEISS Smart Services Preparation ****THE FOLLOWING ITEMS ARE INCLUDED AT NO ADDITIONAL COST WITH THE PURCHASE OF THE ITEM ABOVE: 000000-2216-914-90EYEP10 \F\ EYEPIECE 10X, 2 PCS. - KINEVO 900 SYSTEM \F\ 1/EA 000000-2216-914-60CONKIT CONVENIENCE KIT 000000-2216-914-50WLANPA WIRELESS NETWORK PACKAGE LOCAL STOCK NUMBER: 2216-914-01SYSCOM 0002 1.00 EA __________________ __________________ 000000-2216-914-30BL400M CARL ZEISS MEDITEC, INC. \F\ BLUE 400 MODULE - \F\ KINEVO 900 SYSTEM LOCAL STOCK NUMBER: 2216-914-30BL400M 0003 1.00 EA __________________ __________________ 000000-2216-914-30YE560M CARL ZEISS MEDITEC, INC. \F\ YELLOW 560 MODUL - \F\ KINEVO 900 SYSTEM LOCAL STOCK NUMBER: 2216-914-30YE560M 0004 1.00 EA __________________ __________________ 000000-2216-914-30IR800M CARL ZEISS MEDITEC, INC. \F\ INFRARED 800 MODULE - \F\ KINEVO 900 SYSTEM LOCAL STOCK NUMBER: 2216-914-30IR800M 0005 1.00 EA __________________ __________________ 000000-2216-914-30FLOW8M CARL ZEISS MEDITEC, INC. \F\ FLOW 800 - KINEVO 900 \F\ SYSTEM LOCAL STOCK NUMBER: 2216-914-30FLOW8M 0006 1.00 EA __________________ __________________ 000000-2216-914-404K2DPA CARL ZEISS MEDITEC, INC. \F\ 4K VIDEO CAMERA - \F\ KINEVO 900 SYSTEM LOCAL STOCK NUMBER: 2216-914-404K2DPA 0007 1.00 EA __________________ __________________ 000000-2216-914-10HFCFWL CARL ZEISS MEDITEC, INC. \F\ HFC FOOT CONTROL \F\ PANEL (FCPWL) - KINEVO 900 SYSTEM LOCAL STOCK NUMBER: 2216-914-10HFCFWL Salient Characteristics Surgical Microscope Surgical Microscope Position memory Vibration damping Fully integrated video system with camera, recording and storage Two 24 HD video touchscreen monitor 10x wide field eyepieces Motorized focus with a working distance of 200 to 625 mm Auto focus Motorized zoom with a zoom ratio of 1:6 Automatic Iris control Manual and motorized point lock system Central user interface with full-screen video XY robotic movement in 6 axes Drape position capability Integrated still image capturing on HDD and USB-media Multifunctional programmable handgrips Air evacuation system Intraoperative fluorescence (Blue 400, Infrared 800, Infrared 800 with Flow 800 and Yellow 560) Foot control panel Two 300W Xenon with automatic lamp exchange Magnetic clutches for all system axes Integrated 3-chip Full HD video camera, 1080p Statement of Work PURPOSE: The overall purpose of this requirement is to procure an operating room microscope. The VA Maryland Health Care System is seeking to procure a microscope that can be utilized during surgeries in the operating room for continued care of veteran patients at the Baltimore VA Medical Center. The current microscope that is utilized during surgeries at the VAMHCS works but parts are no longer available to repair the equipment so the equipment procured will replace the current unit. The requirement will account for the procurement of a surgical microscope which should include all the necessary hardware and software. The primary function of the surgical microscope is to help surgeons within several specialties to visualize and gain greater certainty as it allows them to discover unexplored areas during surgery without an additional footprint and eliminating blind spots. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the system to the Baltimore VA Medical center. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the surgical microscope to be successfully installed and validated to their full potential. The contractor must accept the equipment listed below for trade-in and apply the trade-in value to the procurement outlined in this statement of work. The trade-in value must be fair and reasonable with the current condition of the equipment. One (1) PENTERO Surgical Microscope Manufacturer: Carl Zeiss Meditec, Inc. Model: OPMI PENTERO 800 Serial Number: 6637101514 Equipment Entry: 526452 The contractor shall include accessories and consumables that have been detailed on the provided quotes. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to or exceed the Carl Zeiss Meditec, Inc. KINEVO 900 Comfort System. One (1) KINEVO 900 Comfort System (000000-2216-914-01SYSCOM) Manufacturer: Carl Zeiss Meditec, Inc Model: KINEVO 900 Devices must include position memory. Devices must include vibration damping. Devices must include a fully integrated video system with camera, recording and storage. Devices must include two 24 HD video touchscreen monitor. Device must include 10x wide field eyepieces. Devices must include motorized focus with a working distance of 200 to 625 mm. Devices must include auto focus. Devices must include motorized zoom with a zoom ratio of 1:6. Devices must include automatic Iris control. Devices must include manual and motorized point lock system. Devices must include central user interface with full-screen video. Devices must include XY robotic movement in 6 axes. Devices must include drape position capability. Devices must include integrated still image capturing on HDD and USB-media. Devices must include multifunctional programmable handgrips. Devices must include additional illumination to brighten shadows. Devices must include an air evacuation system. Devices must include intraoperative fluorescence (Blue 400, Infrared 800, Infrared 800 with Flow 800 and Yellow 560). Devices must include a foot control panel. Devices must include two 300W Xenon with automatic lamp exchange. Devices must include magnetic clutches for all system axes. Devices must include an integrated 3-chip Full HD video camera, 1080p. One (1) Blue 400 Module KINEVO 900 System (000000-2216-914-30BL400M). Manufacturer: Carl Zeiss Meditec, Inc One (1) Yellow 560 Module KINEVO 900 System (000000-2216-914-30YE560M400M). Manufacturer: Carl Zeiss Meditec, Inc One (1) INFRARED 800 Module KINEVO 900 System (000000-2216-914-30IR800M). Manufacturer: Carl Zeiss Meditec, Inc One (1) Flow 800 Module KINEVO 900 System (000000-2216-914-30FLOW8M). Manufacturer: Carl Zeiss Meditec, Inc One (1) 4K Video Camera KINEVO 900 System (000000-2216-914-404K2DPA). Manufacturer: Carl Zeiss Meditec, Inc One (1) HFC Foot Control Panel (FCPWL) KINEVO 900 System (000000-2216-914-10HFCFWL). Manufacturer: Carl Zeiss Meditec, Inc Accessories IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Assembly of devices and validation. All materials required to assembly surgical microscope shall be provided by the contractor. The contractor will deliver the following quantities of surgical microscopes and accessories to the addresses below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 One (1) KINEVO 900 Comfort System (000000-2216-914-01SYSCOM) One (1) Blue 400 Module KINEVO 900 System (000000-2216-914-30BL400M). One (1) Yellow 560 Module KINEVO 900 System (000000-2216-914-30YE560M400M). One (1) INFRARED 800 Module KINEVO 900 System (000000-2216-914-30IR800M). One (1) Flow 800 Module KINEVO 900 System (000000-2216-914-30FLOW8M). One (1) 4K Video Camera KINEVO 900 System (000000-2216-914-404K2DPA). One (1) HFC Foot Control Panel (FCPWL) KINEVO 900 System (000000-2216-914-10HFCFWL). Accessories TRAINING The contractor shall provide onsite training for all VAMHCS staff that requires training. DELIVERY The contractor shall deliver necessary equipment to the Baltimore facility as required in the quantities specified above. The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the stretchers and accessories. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the surgical microscope must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, May 19, 2023 at 12:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2ac0be3817140fba4acb77553b92458/view)
- Place of Performance
- Address: DEPARTMENT OF VETERAN AFFAIRS VAMHCS 10 N Greene Street, Baltimore, MD 21201, USA
- Zip Code: 21201
- Country: USA
- Zip Code: 21201
- Record
- SN06681583-F 20230514/230512230112 (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 |