DOCUMENT
65 -- Sources Sought- Dual Head Microscope with Camera Capability - Attachment
- Notice Date
- 8/15/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 23 (NCO23);Contract Officer;4801 Veterans Drive;St. Cloud MN 56303
- ZIP Code
- 56303
- Solicitation Number
- VA26316Q0823
- Response Due
- 8/22/2016
- Archive Date
- 9/5/2016
- Point of Contact
- Andrea L Harter
- E-Mail Address
-
4-7616<br
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Omaha Pathology and Laboratory Medicine Service Line Dual Head Microscope with Camera Capability A.Scope/Basic Requirement The Nebraska Western Iowa Healthcare System Laboratory provides medical care and diagnostic services. Requires installation of specialized microscopes (quantity and type below), to perform a variety of observation styles in the department necessary for patient diagnosis. Frame features, such as side-by-side/face to face mounting, ease of use operating controls for improved efficiency and greater operator comfort enhances patient care by providing a system that allows better magnification of microscopic elements and the capability of capturing cell images and sizes for teaching of residents, consultations, and use during Tumor Boards. 1 - Face to Face microscope with camera (with requirements listed below) 1 - Side by Side microscope with camera (with requirements listed below) 1 - Side by Side microscope without camera (with requirements listed below) B.Hardware Features - all features must be compatible with microscope purchased and needed on all microscopes. a.Three Each: Observation Tubes w/Eye Pieces- Standard binocular head, a tilting/telescoping/lifting binocular heads for ergonomic and appropriate ease of viewing for Pathologist. b.Three Each: Stages - Stage with left or right hand control; rotating mechanism and torque adjustment mechanism needed. c.Three Each: Condensers - swing capability with the full range of the objectives on the microscope. d.Three Each: Objectives Needed - 2x, 4x, 10x, 20x, 40x, 50x (oil) & 100x (oil) {with varying dry and oil magnification oculars as noted} for performing magnification of tissue cells, blood smears, body fluids, and crystal sediments. Provides viewing of elements, at all magnifications, to enhance and aid in the patients diagnosis. e.Three Each: Nose Piece - capable of holding at least seven oculars f.Three Each: Halogen Light Source - compatible with microscope being purchased, to provide appropriate light for viewing of cells, organisms, crystals, tissue, etc. g.Three Each: Dual-headed viewing - Two users can observe a single specimen at the same time. A built-in arrow pointer allowing Pathologist to highlight areas of interest during teaching of residents and staff. h.Two Each: Digital Camera - Camera attachment capability of capturing cell images for teaching of residents, consults and use during Tumor Board. Camera being purchased (including hardware) must be compatible with the software, microscope and VA Operating system. i.Three Each: Polarized Light Accessories - used when looking for crystals and amyloid stains. j.Two Each: Tissue Measurement - allows automatic measurement and magnification of cells, tissues, and elements. k.Three Each: Cover-glass/Non-cover glass - Capability be used with or without cover slips. No cover slip is used for observation of peripheral blood smears, bone marrow slides and fine needle aspirates. C.Support Functions a.The contractor shall provide operator training in the proper use of the instrument.. b.Training and timely installation shall be coordinated with the Pathology Department. Training shall include system operations, data manipulation, as well as basic trouble shooting and repair to 6 staff members. c.The contractor shall provide applicable manuals and schedules upon delivery and installation of the equipment. d.If the repair record of any individual piece of the contractors equipment reflects a downtime of 5% or greater of the normal working days in one calendar month from the time of dispatch, the designated representative may make a determination to have the contractor replace the malfunctioning equipment with new equipment at no charge to the government. The contractor is ultimately responsible for ensuring its equipment is furnished in good condition in accordance with manufacturer's instructions. The government is ultimately responsible for ensuring the manufacturer's recommended daily, weekly, monthly, and periodic maintenance is performed appropriately. e.Each notification for an emergency repair service call will be treated as a separate and new service call. f.Vendor will provide one scheduled preventative maintenance call per year (during warranty period), per manufacturers' recommendations at no cost to the government. D.Repair Service The contactor will provide standard warranty response 8a-5pm, Monday through Friday. During standard response hours, the contractor will make reasonable efforts to provide on-site engineering support within 48 hours of determination that an on-site is necessary. If the contractor wishes to perform such maintenance outside of the normal hours of coverage, no additional cost will be charge to the Government. Parts will be new standard parts manufactured by the manufacturer for that specific piece of equipment. E.Commercial Offering The contractor shall provide any additional support materials routinely provided to commercial customers and will assist in regulatory compliance. F.Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer's software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/VA26316Q0823/listing.html)
- Document(s)
- Attachment
- File Name: VA263-16-Q-0823 VA263-16-Q-0823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944732&FileName=VA263-16-Q-0823-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944732&FileName=VA263-16-Q-0823-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-16-Q-0823 VA263-16-Q-0823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944732&FileName=VA263-16-Q-0823-000.docx)
- Place of Performance
- Address: Nebraska Western Iowa VA Health Care System;4101 Woolworth Avenue;Omaha, NE
- Zip Code: 68105-1850
- Zip Code: 68105-1850
- Record
- SN04223086-W 20160817/160815234404-97bcb4733766eaae9873429544079fdd (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 |