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 -- Ukiah Zeiss Cirrus OCT 5000 VA261-17-AP-10727 - Attachment

Notice Date
9/5/2017
 
Notice Type
Attachment
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26117Q1088
 
Response Due
9/8/2017
 
Archive Date
9/23/2017
 
Point of Contact
Christopher Rodriguez
 
E-Mail Address
3-4504<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Table of Contents SECTION B 2 B.1 PRICE/COST SCHEDULE 2 Item Information 2 B.2 FOB POINT: Destination 3 B.3 DELIVERY SCHEDULE 3 SECTION C 3 C.1 INSTRUCTIONS TO OFFERORS 3 C.2 SALIENT CHARACTERISTIC 5 This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT September 8th, 2017 will be considered by the Government. The NAICS code is 334510 and the size standard is 1,250 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA San Francisco Healthcare System 4150 Clement Street San Francisco, CA 94121-1545 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Cirrus HD-OCT 5000 with Angioplex 1.00 EA ________________ _______________ GRAND TOTAL B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL VA San Francisco Healthcare System 4150 Clement Street San Francisco, CA 94121-1545 All Quantities 30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT September 8th, 2017. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non ­responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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 factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. C.2 SALIENT CHARACTERISTIC Brand Name Item: Cirrus HD-OCT 5000 with Angioplex Essential/significant physical, functional, or performance characteristics. Compatibility Is this item required to be technically compatible with existing equipment? If so, how?yes The requested model is an upgrade to our current machines, and will be purchased with trade-in of one of our existing Zeiss Cirrus OCTs. A Zeiss Cirrus machine is required in order to keep patient data for longitudinal assessment to import data from the retiring Cirrus OCT 4000 into the new Cirrus HD-OCT 5000 with angioplex. This is important for algorithmic glaucoma progression analysis and macular change analysis. Dimensions - If dimensions are critical, list below Weight- If weight is critical, list below: Industry Standard Is this particular item required to meet specific Industry Standards or Requirements? Technical requirements: DICOM-compatible able to interface with existing Zeiss Cirrus OCTs for transfer of raw patient data ability to perform glaucoma guided progression analysis (GPA) compared to a given patient s prior scans and to a normative database. Automated centration for glaucoma scanning Able to image the anterior chamber Must be able to provide an overview report with optic nerve head analysis, ganglion cell analysis, and macular thickness analysis Must be capable of scanning pre-selected en face views of the retina and choroid layers Must be able to measure and track Drusen volume with percent change, and map the size of geographic atrophy areas (including measurement of the distance from edge of nearest patch of geographic atrophy to the foveal center) Must be able to provide a 12-line macular radial line scan for analysis, and to perform ganglion cell analysis without incorporating the internal limiting membrane Must be able to scan at both 27,000 A-scans per second and at 68,000 A-scans per second, to allow back-compatibility and to accommodate new software upgrades Must over-sample data points Must produce rapid and complete scans, with retinal nerve fiber layer, disc, and neuro-retinal rim scanned in 1.5 seconds or less and integrated for optimal overlap and alignment Purpose How will this item be utilized? This item will be utilized for ocular coherence tomography retinal scanning and for angiography not requiring dye functionally, a fluorescein angiogram without fluorescein. This will benefit the clinic in that dye will not be needed, avoiding the need for IV placement (which can be challenging), the potential for severe allergic reaction to the dye, and reliance on a nurse to be available for IV placement and pushing the dye.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q1088/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-1088 VA261-17-Q-1088_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3775565&FileName=VA261-17-Q-1088-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3775565&FileName=VA261-17-Q-1088-000.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: VA San Francisco Healthcare System;4150 Clement Street;San Francisco, CA 94121-1545
Zip Code: 94121-1545
 
Record
SN04662218-W 20170907/170905232424-4f522b012cb2ade369329d7477d89c21 (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.