Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2022 SAM #7518
SOLICITATION NOTICE

65 -- Retinal Wide-Field Camera

Notice Date
6/29/2022 8:26:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
 
ZIP Code
59107
 
Solicitation Number
BFSU-22-012-SC
 
Response Due
7/14/2022 4:00:00 PM
 
Archive Date
07/15/2022
 
Point of Contact
Shannon Connelly, Phone: 4063386452, Fax: 4063383202
 
E-Mail Address
shannon.connelly@ihs.gov
(shannon.connelly@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
Billings Area Indian Health Service (IHS) requested quotes in accordance with the requirements of Request for Quotation (RFQ)-BFSU-22-012-SC. To acquire Retinal Wide-Field Camera at the Blackfeet Service Unit, PHS Indian Hospital, Browning, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) 13 Simplified Acquisition Procedures. The quote should also include information relating to the detailed delivery time and the equipment must be new, no refurbished equipment. BACKGROUND/PURPOSE:� this equipment is used to evaluate the retina and is particularly useful in patients who do not wish to have pupils dilated.� Retinal disease can easily be detected and documented making this widefield camera an essential part of the ocular health assessment. SCOPE:� Tabletop optomap camera, with up to 200 degrees field of view provided by the optomap . Non-mydriatic ultra-high resolution images in under a second, through 2 mm pupils and many cataracts. EQUIPMNET SPECIFICATION: 20L X 18W (IN), Tabletop optomap camera, with up to 200 degrees field of view provided by the optomap . Non-mydriatic ultra-high resolution images in under a second, through 2 mm pupils and many cataracts. Red and green lasers; each wavelength provides information for interpretation and diagnosis. Channels can be viewed separately: Green (532 nm) red-free visualizes the sensory retina to the RPE Red (635 nm) shows dee per structures of the retina (RPE to Choroid); Ultra-widefield autofluorescence imaging with green laser retina. 3D light displays lipofuscin in the RPE High resolution in both the central pole and the periphery. Captures details to 5th vessel bifurcation. 18mm, confocal capability enabling view of vitreous and lens abnormalities in addition to the wrap ideal for panoramic and central pole retinal education Ultra-widefield provides wellness screening capabilities. Images are available immediately and stored electronically for future comparison or telehealth applications; DICOM compatible. EVALUATION FACTORS: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Retinal camera shall be new as opposed to previously owned or refurbished. 2. Retinal camera shall be of the brand OPTOS 3. Retinal camera shall have ultra-wide field capabilities for undilated pupil exams. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. Technical and past performance, when combined, are approximately equal to cost or price. SOURCE SELECTION DECISION: In order to determine which offeror represents the best value to the government, the source selection authority will rank the offerors from best to worst This will be accomplished by making a series of paired comparisons among the offerors by trading off the marginal differences in non-cost/price factors and price. If one offeror has both the better capability and lower price, then that offeror will be the better value. If one offeror has the better capability and a higher price, the source selection authority will decide whether the difference in capability is worth the difference in price. If the source selection authority considers the better capability to be worth the higher price, then the more capable, higher-priced offeror will be the better value. If not, then the less capable, lower-priced offeror will be the better value. The source selection authority will continue to make paired comparisons until she has decided which offeror represents the best value. PROPOSAL SUBMISSION INSTRUCTIONS: Proposals will only be accepted via email to shannon.connelly@ihs.gov in response to this RFQ. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75d2f69da0044b4091e9fdf5ff5e241c/view)
 
Place of Performance
Address: Browning, MT 59417, USA
Zip Code: 59417
Country: USA
 
Record
SN06373862-F 20220701/220629230110 (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 |
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.