DOCUMENT
65 -- Ziess OPMI 1FC Surgical Microscope and Accessories, Veterans Health Care System of the Ozarks THIS IS A BRAND NAME OR EQUAL ACQUISITION - Attachment
- Notice Date
- 9/14/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
- Solicitation Number
- VA25616Q1348
- Response Due
- 9/15/2016
- Archive Date
- 11/14/2016
- Point of Contact
- Kamwren Nichols
- E-Mail Address
-
n.nichols@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work OPMI 1FC MICROSCOPE Veterans Health Care System of the Ozarks This solicitation uses a Brand Name or Equal Description of the OPMI 1FC Microscope. This permits prospective contractors to offer products other than those specifically referenced by brand name. NOTE: IF ALTERNATIVE BRANDS ARE QUOTED.... VENDORS MUST SHOW IN THEIR PROPOSALS COMPABILITY WITH REQUIREMENTS AS CONTAINED IN FUNCTIONAL PERFORMANCE SPECIFICATIONS, AND ALL SOLICITATION DOCUMENTS, AND BE ABLE TO DEMONSTRATE. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Pricing shall be inclusive of all costs associated with delivery and installation of equipment. a. Delivery: Contractor shall deliver all proposed equipment to Veterans Health Care System of the Ozarks (VHSO), Fayetteville, AR to be receipted in and properly disbursed to designated staff. All equipment shall be fully assembled and functional upon completion of delivery. A complete listing of any product damage or damage to the government facility shall be delivered to the government Contracting Officer Representative (COR) upon completion of delivery. 1) All equipment must be available for delivery to be received 30 days after date of award. 2) Installation for Veterans Health Care System of the Ozarks will be a working collaboration between the POC at Fayetteville, AR VHSO and selected contractor. 3) Delivery of the equipment shall be coordinated through the POC. b. Equipment to be purchased: The Contractor shall provide the following to be purchased by the government: OPMI 1FC MICROSCOPE BODY, 1/EA DUSTCOVER BLUE, 1/EA S100 FLOORSTAND, 1/EA HALOGEN LAMP HOUSE FOR S100, 1/EA STRAIGHT BINOCULAR TUBE, F=170MM, 1/EA SLEEVE FOR PUSH-IN EYEPIECE 10X/12.5X, 1/EA WIDEFIELD, PUSH-IN EYEPIECE 10X, 1/EA OBJECTIVE F=250MM (D=48MM), 1/EA TILT COUPLING WITH CLAMPING DEVICE, 1/EA STAINLESS STEEL HANDLES, SET OF 2, 1/EA INTERMEDIATE PIECE FOR OPMI HANDLE 1 PAIR OF HANDGRIP COVERS OBJECTIVE F =400MM (D=48MM) DOVETAIL MOUNT FOR OPMI The contractor shall provide the government with sterilization specification sheets for the equipment proposed. Manufacturers and models mentioned below are to set a minimum quality standard that generally meets our requirements for form, fit, and function. 1) This Statement of Work will provide all interested contractors with exact specifications for and including all features that are to be strictly adhered to with no deviation i.e. the equipment proposed must have each of the required features to be acceptable. 2) If substituting a comparable product, bid package must include detailed information showing that substitution meets all requirements of the item specified in the package, i.e. to be considered, comparable product must have all requested features as outlined in this RFQ. 3) Quotes should detail prices and information by Manufacturer and Part Number as shown below and should have at the minimum each of the following options: Product Specifications General Features "magnification changer, 1:6 ratio in 5 steps "Different focal lengths from f = 200 mm to f= 400 mm, graded in steps of 50 mm "Coaxial illumination, 100W halogen lamp, backup lamp in fast-action lamp changer "Easy to use, learn, and teach. II. Warranty and Support The warranty and support must cover all components of the requirement in accordance with standard manufacturer's warranty. III. General Information / Requirements "All products shall have same or better warranty as comparable products above. "Installation and/or delivery scheduling needs to be coordinated with COR. "The installation and/or delivery shall occur Monday-Friday between the hours of 8:00 AM-4:30 PM. "Installation and/or delivery costs should be included in bid quote but be listed as separate line items. "Multiple installs and/or delivery shall be required. Please include contingency for this in proposal. "Products shall be shipped to VHSO. Point of contact information: Pamela Skinner, Administrative Officer, Surgical Service, Veterans Health Care System of the Ozarks, 1100 N. College Ave., Fayetteville, AR 72703 "Product shall have a National Fire Protection Association (NFPA) 701 fire rating. "All punch items shall receive VA approval. "Delivery is 30 days ARO IV. Installation: All work and installation will be coordinated with the COR and/or OI&T, and Biomedical Engineering groups. Phasing and work schedule will be provided and coordinated with the COR. A detailed installation schedule will be provided during a project implementation kick-off meeting. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. V. Training: The Contractor will be responsible for providing on-site user training of the OPMI 1FC MICROSCOPE. Each site will have one day of onsite user training included to be used at their discretion. The training can occur at any location within the individual's site network of hospital or clinics. Training can be held concurrently at multiple sites or staggered as deemed by CO and/or COR. Training shall have a one (1)-year window to be used. VI. Operations and Storage Areas: The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. Debris will be removed daily by the contractor unless otherwise directed. Workmen are subject to rules of the VHSO applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or offsite of the VHSO premises. Execute work so as to interfere as little as possible with normal functioning of the VHSO as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Contractor shall keep work, storage, and staging areas clean and neat. Contractor shall provide sufficient trash containers so that there is no debris lying around. The containers shall be emptied at least weekly and more frequently, if needed. VII. Protection of Existing Structures, Equipment, Utilities, and Improvements: The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The Contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer. Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in VHSO operations will not be hindered. Contractor shall permit access to VA personnel through installation areas as required for maintenance and normal VHSO operations. When the installation area is turned over to Contractor, Contractor shall accept entire responsibility therefore. Contractor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the installation area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT TWO WEEKS PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER. VIII. Sign-in Procedures: All Contractor workers are required to sign in and out at the VA Police Dispatch at the corresponding locations as directed by the COR, or designee at each facility. A valid state driver's license or state identification card is mandatory for all employees to have access to these facilities. All contractor employees are required to wear the assigned VA badge at all times. If after-hour key service is needed, contact VA Police Dispatch at 479-443-4301, extension 63512. IX. Material Safety Data Sheet (MSDS): Contractor shall provide three (3) copies of each Material Safety Data Sheet for every product, chemical, etc. used on this project. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the Contractor have, or permit subcontractors to have, materials on station without MSDS sheets. All instructions for use shall be followed. Products will not be used until MSDS's are submitted to the COR. The contractor shall maintain a current, green in color, loose-leaf notebook on the job site at all times, which is readily available for viewing by the COR or VA Safety Officer. X. Work Hours: Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR and approved by the CO. Requests for after-hours work must be submitted in writing to the COR and CO. Coordinator two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. XI. ID Badges: All workers are required to obtain a time-limited I. D. badge from the VA Police Service located in the main building, room 197. This badge must be worn at all times when workers are on site. XII. Estimates: Vendors will submit one quotation for the purchase of OPMI 1FC MICROSCOPE and match the requirements outlined in this RFQ. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item in this document (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25616Q1348/listing.html)
- Document(s)
- Attachment
- File Name: VA256-16-Q-1348 VA256-16-Q-1348_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003964&FileName=VA256-16-Q-1348-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003964&FileName=VA256-16-Q-1348-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-16-Q-1348 VA256-16-Q-1348_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003964&FileName=VA256-16-Q-1348-003.docx)
- Record
- SN04271294-W 20160916/160914235114-c87826827ed27ae263ef10040a83a40f (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 |