Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
DOCUMENT

65 -- Purchase Imaging and Data Management System Ophthalmology (FORUM) - Attachment

Notice Date
9/5/2017
 
Notice Type
Attachment
 
NAICS
#339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q1133
 
Response Due
9/12/2017
 
Archive Date
9/22/2017
 
Point of Contact
Charnell Cunningham
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION PURCHASE IMAGING AND DATA MANAGEMENT SYSTEM (FORUM) FOR THE NORTHPORT VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, 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. (ii) The solicitation number VA242-17-Q-1133 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 339112, Imaging Equipment and Supplies, Medical, Dental Veterinaty, with a small business size standard of 1,000 employees. (v) The Contractor shall provide pricing on the list of items below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 ZEISS OS \F\ FORUM ARCHIVE AND VIEWER PKG. (V4.0) (INCL: 1\F\ ARCHIVE, 3 VIEWER, 3 DICOM CZM INSTR. CONNECTION) 1.00 EA 0002 ZEISS OS \F\ FORUM INTERFACE LICENSE TO 3RD PARTY DICOM\F\ INSTRUMENTS INCLUDES LINK NET 1.0 + 3RD PARTY DICOM INSTRUMENT 1.00 EA 0003 ZEISS OS \F\ UPGRADE CIRRUS INSTRUMENT REVIEW SOFTWARE TO\F\ CIRRUS REVIEW SOFTWARE 8.1 LOCAL DATABASE (INCLUDES RPE AND GC ANALYSIS) (10-PACK) WITH REMOTE INSTALLATION 1.00 EA 0004 ZEISS OS \F\ CARL ZEISS MEDITEC, INC. \F\ FORUM ON-SITE INSTALLATION & TRAINING 1.00 JB 0005 ZEISS OS \F\ Connectivity Service Plan, Annual\F\ 1.00 EA GRAND TOTAL (vi) Description of requirement STATEMENT OF WORK (SOW) Imaging and Data Management System Northport VA Medical Center, Northport NY Introduction and Overview The Chief of Ophthalmology Service is requesting the purchase of an imaging and data management system. Background The ophthalmology service requires the purchase of an imaging and data management system software to proper run and manage the Zeiss Cirrus OCT-A 5000 instrument as well as the (refurbished) Cirrus 4000. Without the implementation of the imaging and data management system software, the files/data acquired on patients who have been scanned on the Cirrus 5000 cannot be merged to the corresponding data archived from the Cirrus 4000. The software makes the continued interpretation of data on the same patient possible, as he/she continues to be scanned on the new instrument. Furthermore, the software makes the in vivo interpretation of data on both OCT s possible. If the software is not used, only a single JPEG file can be moved to the EMR (CPRS and Medflow) as a static image. These static images cannot be utilized for medical decision making. Without this software, the Cirrus Viewer, already purchased by the Northport VAMC to view and interpret images from the Cirrus 4000, cannot be used to interpret studies from the Cirrus 5000. Scope of Work Image and Data Management System must provide Post Processing Analysis, Dynamic Review/Manipulation of RAW data functionality for ZEISS Cirrus HD-OCT. Image and Data Management System must be able to store and access raw instrument data from ZEISS Field Analyzer, ZEISS Cirrus HD-OCT, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Camera systems. Image and Data Management System must have functionality to enable real-time and dynamic editing/manipulation of all prior Visual Field Test data for all Glaucoma patients and allow for Baseline changes, real-time report generation for any VFI date, display RealEye images and data from the new ZEISS HFA 3 instruments. Image and Data Management System must support DICOM standards and Work-List functionality in order to create and send patient demographics to a specific or all instruments via a DICOM work-list within the eye clinic s network Image and Data Management System must have Bi-directional DICOM capabilities to send both DICOM Modality Work-lists containing Consult/Order details to instrument s within the eye-clinics network and receive back the diagnostic test results and RAW data for storage within the Image and Data Management System for access. Image and Data Management System must connect to any brand of non-DICOM diagnostic instrument with export capabilities, and convert the diagnostic test results into a DICOM compatible file containing all patient demographical information, UID s, Accession number, Device name and type, laterality and other key pieces of data with the least amount of user interaction. This must be then stored within the Image and Data Management System and also forwarded to the NAVY ECIA (Enterprise Clinical Imaging Archive). Image and Data Management System must not require the use of an external PC or import computer for a DICOM compatible modality Image and Data Management System must be able to download all past RAW data from one or more ZEISS Field Analyzers, ZEISS Cirrus HDOCT s, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Cameras acquired within the main clinic and all satellite clinics. Image and Data Management System must be able to display and allow the clinician to scroll through the various ZEISS Cirrus Macula Cube B-scan slices, within in the Image and Data Management System viewer. Image and Data Management System must be able to display images in pre-formatted clinical display groupings for Glaucoma, Retina and Cataract cases. Period of Performance From receipt of the software, it expected to function for at least 10 years. Requirements This Image and Data Management System must be able to store and access raw instrument data, as well as perform change analysis from multiple ZEISS Cirrus HD-OCT machines. The vendor is required to provide software system as described, as well as collaborate with VA personnel to install and train staff in eye clinic as well as biomed personnel that may be called upon to assist with technical issues as they arise. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The Northport VA Biomed and OI&T departments will be responsible for server requirements/DICOM operation for receiving this software. Security The system will have to comply with HIPAA and VA directives on PHI. Safety Codes/Certification/Licensing There are no unique safety codes (such as Fire), special certifications, licenses, inspections etc. and any other official outside requirements associated with this system. Travel There is no travel associated with this purchase. Special Material Requirements There are no special materials needed to deliver or install this system. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance / Place of Delivery: Northport VA Medical Center ( Ophthalmology Service, Clinic 2J (112D) Warehouse Building 36 79 Middleville Road Northport, NY 11768 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as VA242-17-Q-1133 Point of Contact, Company name, address, telephone and email address Specification/description of imaging and data management if offering a different system other than the one described in the Statement of Work Price Acknowledgement of any solicitation amendments A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.211-6 Brand Name or Equal (AUG 1999) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. The Government will award a contract 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: Lowest Price Technically Acceptable Technical - Offeror shall submit a quote that can meet all the requirements listed in the Statement of Work. Delivery shall be within 30 days after receipt of award notification. If the offeror is submitting other than the brand name products the offeror shall submit a brochure and specification of the other than brand name products. The other than brand name products must be compatible with the existing systems. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.219-8 Utilization of Small Business Concerns (NOV 2016) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.246-17 Warranty of Supplies of a Noncomplex Nature (JUNE 2003) 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals, Mechanical Equipment (JAN 2008) 852.211-73 Brand Name or Equal (JAN 2008) 852.237-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 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) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% Small Business Set-Aside open-market combined synopsis/solicitation to purchase an imaging and data management system for the Department of Veteran Affairs, Northport VA Medical Center. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Tuesday, September 12, 2017. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Friday, September 8, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q1133/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-1133 VA242-17-Q-1133.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3775579&FileName=VA242-17-Q-1133-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3775579&FileName=VA242-17-Q-1133-000.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;Northport VA Medical Center;79 Middleville Road;Northport, NY
Zip Code: 11768
 
Record
SN04662203-W 20170907/170905232416-eec7bee92ac23865eca5498ecb4b054a (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.