Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2017 FBO #5759
DOCUMENT

65 -- Humphrey Field Analyzers - Attachment

Notice Date
8/28/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Service Area Office (SAO) Central;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25017Q1092
 
Response Due
8/31/2017
 
Archive Date
9/30/2017
 
Point of Contact
Stacy Massey
 
E-Mail Address
8-6511x3135<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-1092_1 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 & 2005-95. The associated NAICS (NAICS) 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. This is a 100% total Service Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement. Requirement: Description Qty Price Ophthalmology Upgrade - Humphrey Field Analyzer 1 Characteristics: ****TECHNICAL SPECIFICATIONS**** Dimension: 46 L x 52 W x 58 H (cm) which is exactly equivalent to: 18.11 L x 20.47 W x 22.83 H (inch) Electrical Requirement: 100-120v- 50/60 Hz, 4.0A Internal Storage: 500 Gb Operating System: Windows 7-64 bit Fixation Control Video eye monitor Heijl-Krakau blind spot monitor Gaze Tracking Head Tracking Vertex Monitoring Visual Field Index : Summary measurement of the patient s visual field status, expressed as a percent of a normal age-adjusted visual field. Liquid Trial Lens : Using Liquid pressure, delivers each patient s refractive correction. Available correction range is -8 to +8 diopters. Spherical correction only. Liquid Trial Lens available in model 860 only. SmartTouch interface: Touch screen interface allows for a more efficient workflow RelEye: The RelEYE fixation monitoring system allows for systematic and pin point fixation inspection. The HFA 3 captures and keeps the image of the eye during the testing and just after, prior to the Result Review Screen. RelEYE cannot be viewed on the HFA 3 after terminating the test. Using the HFA 3, RelEYE is also available in FORUM Glaucoma Workplace (minimum version 2.0.3). Only FORUM can keep the RelEYE data stored for future usage for exporting exams. Guided Progression Analysis (GPA ): GPA allows the doctor to compare visual field status and progression to data collected from glaucoma subjects. GPA provides statistically significant change as well as rate of change, and predict future vision quality. Connectivity: For comprehensive connectivity the HFA 3 can be connected to FORUM (minimum version 3.2) with FORUM Glaucoma Workplace (minimum version 2.0.3). DICOM conformant as per the DICOM Conformant Statement, available at http://www.zeiss.com/meditec/en_us/products---solutions/ophthalmology-optometry/dicom.html HFA 3 also supports common file folder sharing used by most Electronic Medical Record Systems (EMR). SITATM (Swedish Interactive Threshold Algorithm): A patented algorithm for fast and accurate visual field threshold measurements; it is the most commonly used test strategy and incorporates patient responses in real time. SITA database: The SITA normative database contains normative data for SITA Standard and SITA Fast 30-2, 24-2 and 10-2 threshold visual field test results from healthy subjects aged 17 to 89. SITA-SWAP / Blue-Yellow Perimetry: 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 : It is a software package using normative values and patient data to perform statistically analysis to help interpret test data. STATPAC is the software, normative data and statistical analysis in HFA. Kinetic Testing: In kinetic testing, light stimulus of fixed characteristics is moved into the visual field from a non-seeing area, until it is detected by the patient. Typically, the stimulus is brought toward the center from several directions and the operator marks the location at which the patient first detects the stimulus (threshold point). The HFA 3 provides a kinetic graphical interface with full 180 º testing range. Glaucoma Hemifield Test (GHT): Compares points in the superior and inferior hemifield to provide analysis of test results. On 24-2 and 30-2 tests, the GHT evaluates five zones in the superior field and compares these zones to their mirrored zones in the inferior field. The GHT evaluates the severity of disturbed points in each zone pair, relative to its normal database. Legacy data: patient legacy data can be transferred from the HFA II and HFA II-i to the HFA 3. FORUM Glaucoma Workplace (minimum version 2.0.3): Allows to review quantitative and qualitative information from all standard HFA analyses; change baseline and capture, track and measure progression with G Place of Performance The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within thirty (30) calendar days ARO, to the following address: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, OH 45220-2213 The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards EVALUATION CRITERIA/ SUBMISSION OF OFFER Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Lowest Price Technically Acceptable to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes shall be sent by e-mail only to: stacy.massey@va.gov no later than 4:00 pm ET, August 31, 2017. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to: stacy.massey@va.gov no later than 4:00 pm ET, August 29, 2017. Questions received after the specified date and time will not be considered. *NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-Disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q1092/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-1092 VA250-17-Q-1092_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3759800&FileName=VA250-17-Q-1092-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3759800&FileName=VA250-17-Q-1092-001.docx

 
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 Veterans Affairs;Cincinnati VA Medical Center;3200 Vine Street;Cincinnati, OH
Zip Code: 45220-2213
 
Record
SN04650670-W 20170830/170828232503-82e1f323005164f18eba0a15291d484a (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.