Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
DOCUMENT

65 -- Visual Field Machine - Attachment

Notice Date
7/5/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Acquisition (90C);1010 Delafield Road;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24418Q9358
 
Response Due
7/9/2018
 
Archive Date
8/8/2018
 
Point of Contact
donna.cooper2@va.gov
 
E-Mail Address
Donna.Cooper2@va.gov
(Donna.Cooper2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for Zeiss Visual Field, BRAND NAME, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. The Department of Veteran Affairs, Lebanon VA Medical Center, Lebanon, PA, requires the acquisition, delivery, and installation of all items listed below. Delivery will be within 30 days ARO and must be installed on or before August 10, 2018 at the following location: Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. Minimum requirements will be outlined in the specifications under Section (vi). Contractors shall have no access to Department of Veterans Affairs computer systems.    If required, each contractor employee working on-site must complete training course VA Privacy and Information Security Awareness and Rules of Behavior.    When a new contractor employee arrives on-site they must contact Contracting Officer Representative (COR), who will arrange for this training. (ii) The solicitation number is 36C24418Q9358 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339112 has a small business size standard of 1000. (v) Contract Line Items (CLIN): (vi) BRAND NAME ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Zeiss Visual Field Zeiss Visual Field, HFA3 Model 860 with Liquid Trial Lens, RELEYE, Kinetic, GPA, Heat Trk., Gaze Trk., Printer, and Table. GRAND TOTAL __________________ In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features: Salient Characteristics of the HFA3 Model 860 Zeiss Visual Field Machine: Visual Field Index (Summary measurement of visual field status expressed as a percent of a normal age-adjusted visual field) Simple and intuitive global index to determine the % visual field loss on every visual field. Will forecast future VFI index to show a rate of change. Less affected by cataract and cataract surgery Optimizes progression analysis Liquid Lens Technology Using Liquid Pressure, 1 Trail lens for patients Using liquid pressure, the new Liquid Trial Lens instantly delivers each patient's refractive correction. Reduces patient set up time by automatically loading each patients refractive correction from previous exam. The result is faster patient flow and reduced chance of error by not needing to select a lens during set up. Smart Touch Interface (Ready, Set, Test) Touch screen interface allows for a quicker more efficient work flow GPA (Guided Progression Analysis) Individualized patient management: Change from baseline is the most sensitive method to detect change. Progression analysis validated in the Early Manifest Glaucoma Trial Designed to automatically correct for cataract effects, test point location, severity and overall field status. Measures both changed from baseline and rate of change. Estimates risk of future vision loss. All test data from previous Humphrey Visual Fields can be passed and used on the new Humphrey Visual Fields. Manufacturer service contract Ensures prompt service with all parts availability Must have at least two service technicians within an hour drive of the VA. Must offer onsite service SITA (Swedish Interactive Threshold Algorithm) as an available testing strategy Most proven testing strategy for determining glaucoma and other visual field related diseases. Standard in the industry Dramatically reduces test time without sacrificing accuracy. Achieves the fastest possible test with less fatigue. Reliable results delivered SITA-SWAP (Blue-Yellow Perimetry) Provides early glaucoma detection 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 Simplifies interpretation with intuitive graphics and plain language terms. Helps Identify statistically significant visual field loss on individual tests and between multiple tests over time. Differentiates between normal and abnormal visual fields for 14 normative databases, corrected for age, test point location and strategy. Must be able to import the visual fields from the old HFA into the new system and utilize both old and new data to create a single progression analysis report Manages and tracks glaucoma over time. Must be FDA validated progression analysis that enables the combination of old and new test into one report. Automated Patient Monitoring/Fixation Control (Video Eye Monitor, Heijl-Krakau Blindspot Monitor, Gaze Tracking, Head Tracking, Vertex Monitoring: Patented, two-variable gaze tracking measures the distance between pupil position and corneal reflex. Reliability tool so the clinician can assess the usefulness of the test results. High precision fixation monitoring, unaffected by the patient s head position or movement. Provides real time feedback and generates documentation of test reliability. Allows for superior accuracy in testing Must have the ability to track a patients gaze direction for each stimulis presented. Tracks pupil size and position relative to the trial lens coupled with automatic X, Y movement of the chin rest to correct for patient movements and misalignments. Kinetic Testing Emulates manual standard Goldmann perimetry. Present stimuli starting from 80 degrees (peripherally), 30 degrees (centrally), or anywhere you choose. Glaucoma Hemifield Test Powerful statistical tool to identify glaucomatous visual field loss. GHT compares local defects in 5 zones of the upper field with those found in mirror image zones in the lower hemifield Analyzes upper and lower hemifield test point differences in terms of deviations from the age-corrected normal reference field and then translates them into the probability domain, first in individual test point locations, and then for the whole central field. Must be able to compare testing quadrants and specify if the visual field is within, or outside normal limits. DICOM Conformant Must have IT connectivity with Forum Must offer bi-direction DICOM Must be able to import all raw data and algorithms of any previous HFA Efficient clinical presentation of structure/function information Streamlined clinic workflow. Creates modality worklist. Offers capabilities of combined structure/function reporting with Cirrus OCT on a 1 page report. HFA-Net Pro Automatically synchronizes patient data between HFA II-i instruments connected to practice server Facilitates and EMR integration Improves electronic workflow and simplifies interpretation and treatment decisions Connectivity is a standard feature with HFA-Net Pro EasyConnect RCT (Remote Configuration Tool) Simplifies networking setup and configuration Enables printing to virtually any network printer Provides Increased Practice Efficiency RELEYE Fixation Monitoring System Legacy Data Pt. Data can be transferred from the HFAII, and HFAII-I, to the HFA 3 Operating System Windows 7-64 bit Internal Storage 500 Gb Electrical Requirement 100-120V 50/60 Hz, 4.0A Dimensions: 18.11 L, 20.47 W, 22.83 H (inches) Additional Information: The Zeiss Visual Field Machine is compatible with all other components requiring comprehensive Glaucoma and other eye disease testing used in the Lebanon VA Medical Center, such as Forum, and the Cirrus OCT Machine. This device offers superior functionality in diagnosing and ultimately treating debilitating ocular diseases. Installation: Contractor shall provide installation services for this procurement. Contractor shall install all applicable software and configure all network connections on the equipment. Contractor shall perform a full functionality test on the equipment to ensure that the equipment is properly sending data either directly to the Zeiss Forum or to its client PC and then to the Zeiss Forum. Contractor shall ensure any bi-directional communication is tested fully, allowing for sending and retrieval of data. Contractor shall provide Biomedical Engineering with all back up discs, licensure, software keys and passwords necessary to fully maintain the equipment. Clinical Training: Clinical training will be provided to staff on-site once installation is completed. Technical Training: Technical training will be provided to staff on-site once installation is completed. Warranty: All equipment, software and hardware shall have a minimum of one year warranty. Remote and on-site support will be provided at no charge to the Lebanon VA Medical Center during the warranty period. Delivery: The Zeiss Visual Field Machine and accessories shall be delivered, installed and all training completed by August 10,2018. Normally, delivery will be made to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment in to the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through Bio-Med, Optometry Chief and/or COR. PLEASE NOTE: Staggered delivery and direct delivery to the receiving Outpatient Clinic may be requested for this equipment which coordinates with the opening of each Outpatient Clinic. All deliveries shall be coordinated with the COR before arrival. Failure to coordinate delivery will be grounds to refuse delivery. (vii) Delivery within 30 Days ARO and as stated above: Department of Veteran Affairs Lebanon VA Medical Center ATTN: Warehouse PO#: TBD 1700 South Lincoln Avenue Lebanon, PA 17042 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. Offerors must submit proper authorization or other pertinent documentation at the time of submitting a response to this combined synopsis/solicitation in order to be considered for award. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 addresses: http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 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) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to donna.cooper2@va.gov and received no later than 2:00pm EST on the close date, July 9, 2018. Quote may be submitted on this document or the vendor s own form. When submitting a quote using this document, must include: Business Name, address and point of contact (POC). (xvi) For information regarding the combined synopsis/solicitation, please contact Donna Cooper at donna.cooper2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9358/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9358 36C24418Q9358_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461198&FileName=36C24418Q9358-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461198&FileName=36C24418Q9358-000.docx

 
File Name: 36C24418Q9358 P03. Brand Name JA ZEISS signed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461199&FileName=36C24418Q9358-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461199&FileName=36C24418Q9358-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA
Zip Code: 17042
 
Record
SN04980487-W 20180707/180705230550-ba6774382f7e7deb6781b2ea77ea1eab (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.