Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

65 -- CARL ZEISS MEDITEC LUMERA 700 BRAND NAME OR EQUAL - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q9453
 
Response Due
8/6/2018
 
Archive Date
8/11/2018
 
Point of Contact
John J Summers
 
E-Mail Address
5-3421<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 9 of 9 Solicitation Number: 36C24618Q9453 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items in accordance with the procedures in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This is a request for: Carl Zeiss Lumera 700 microscope or equal. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ# 36C24618Q9453. (III) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. (IV) This acquisition is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The associated NAICS code is 334510. (V) This combined solicitation/synopsis is for purchase of the following commercial items: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ ZEISS \F\ LUMERA 700 OCT FLOOR STAND \F\ LOCAL STOCK NUMBER: 305953-9905-000 0002 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASST SCOPE W ELECTRIC ZOOM LUMERA\F\ LOCAL STOCK NUMBER: 302681-9100-000 0003 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASSISTANT ILLUMINATION WITH OCT\F\ LOCAL STOCK NUMBER: 302681-9026-000 0004 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ LED FIBRE LIGHT SOURCE\F\ LOCAL STOCK NUMBER: 304977-9055-000 0005 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ SL EYE LIGHT SOURCE WITH HAMODE\F\ FILTER LOCAL STOCK NUMBER: 304977-9023-000 0006 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ S LIGHT GUIDE 2,5M (98")\F\ LOCAL STOCK NUMBER: 303481-9025-000 0007 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ FOOT CONTROL PANEL WIRELESS\F\ LOCAL STOCK NUMBER: 304970-9020-000 0008 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ 6M CABLE FOR FOOTSWITCH\F\ LOCAL STOCK NUMBER: 304970-8760-000 0009 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ELECTRICAL INVERTERTUBE\F\ LOCAL STOCK NUMBER: 303797-9140-000 0010 1.00 BX __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASEPSIS SET 22 MM\F\ LOCAL STOCK NUMBER: 305810-9001-000 0011 2.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ WIDEFIELD, PUSH-IN EYEPIECE \F\ LOCAL STOCK NUMBER: 305542-0000-000 0012 1.00 EA __________________ __________________ ZEISS \F\ OBJECTIVE OCT, F=175 APO\F\ LOCAL STOCK NUMBER: 302651-9920-000 0013 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ELECTRICAL INVERTERTUBE\F\ LOCAL STOCK NUMBER: 303797-9140-000 0014 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASEPSIS SET 22 MM\F\ LOCAL STOCK NUMBER: 305810-9001-000 0015 2.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ WIDEFIELD, PUSH-IN EYEPIECE \F\ LOCAL STOCK NUMBER: 305542-0000-000 0016 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. ADDITIONAL DISPLAY LOCAL STOCK NUMBER: 305953-9082-000 0017 2.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASEPSIS SET 22 MM\F\ LOCAL STOCK NUMBER: 305810-9001-000 0018 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ASEPSIS CAPS HANDGRIP LUMERA 700\F\ LOCAL STOCK NUMBER: 305810-9017-000 0019 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ DUSTCOVER BLUE\F\ LOCAL STOCK NUMBER: 000000-1055-278 0020 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ INT. DATA INJECTION SYSTEM W.\F\ SHUTTER LOCAL STOCK NUMBER: 302681-9159-000 0021 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ CALLISTO EYE 3.2 (OCT ONLY)\F\ LOCAL STOCK NUMBER: 301640-3000-320 0022 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ INTEGRATED HD CAMERA\F\ LOCAL STOCK NUMBER: 302681-9740-000 0023 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ ACCESSORIES CARRIER FOR\F\ FLOORSTAND LOCAL STOCK NUMBER: 301640-9020-000 0024 1.00 EA __________________ __________________ CARL ZEISS MEDITEC, INC. \F\ TRANSP.BOX F. LUMERA 700 / RESCAN 700\F\ LOCAL STOCK NUMBER: 309451-9001-000 0025 1.00 EA __________________ __________________ ZEISS MS \F\ TRADE IN OPMI LUMERA 700 S/N #6634121742 (-39745.00)\F\ LOCAL STOCK NUMBER: 000000-1396-571 GRAND TOTAL __________________ (VI) The Durham VA Medical Center has a need for operative microscope that has intraoperative optical coherence tomography. Correspondingly, additional sought essential features are detailed below in the salient characteristics. LUMERA MICROSCOPE RESCAN SALIENT CHARACTERISTICS: OCT SCANNING RESCAN Must be able to scan at  27,000 A-scans/second and 27 frames a second or faster Axial Resolution must be at able to get down to 5.5 microns or lower Must be fully integrated, everything is internal: No external  cables, no additional stack height added, no additional cameras Staff or Surgeon must have ability to have full control of Zeiss Rescan OCT functionality. Staff thru Callisto Screen or surgeon. Surgeon thru foot pedal for all surgeries. OCT Scanning must be able to provide images in Black and White or full Color Scanning OCT Scanning must have ability to offer 3 different scan types, those are the following 2 Line Cube (horizontal and vertical scam simultaneously 5 Line Raster Scan 1 Line scan. OCT Scans must be rotatable by 360 Degrees OCT scanning and images must be able to be adjusted length of scan down to 3mm for supreme image and magnification and increase to 16mm   LUMERA MICROSCOPE OPTIONS Assistant Binoculars must be able to view at 180 degree Microscope must have all the following lighting options:   LED, Halogen, Xenon. Xenon lasts longer than Halogen, and Xenon is preferred by surgeons at this time.   All RESCAN systems come equipped with dual illumination (LED and Xenon) Surgeon must have field of view options of down to 60 degrees and up to 128 degrees.   60 degree field of field of view, for greater magnification, which provides much greater detail and resolution for focal point of viewing for the surgeon Must allow for surgeon to direct focus via both foot pedal, or via hand by knob on the ReSight, Must have 2 focusing options.   Surgical microscope must feature apochromatic optics throughout the entire visual pathway to eliminate spherical and chromatic aberrations. The surgical microscope must feature a stereo coaxial illumination (e.g., zero-degree illumination where the light is piped directly along the visual light path) for a brilliant, high-contrast and homogenous red reflex for optimal anterior segment visualization. The surgical microscope must be offer an integrated assistant's microscope with motorized zoom and focus that can be configured to be linked or adjusted independently of the main observer. The surgical microscope must offer an tiltable binocular tube that has optical inverters (manual or motorized available) integrated to enable image inversion without a 2-piece inverter and binocular tube setup for lower stack height. Must be equipped with a binocular tube with motorized inverters and a non-contact fundus viewing system, the surgical microscope can be configured such that activation of the fundus viewing system automatically results in activation of the inverters and any affiliated user profile settings (light intensity, starting zoom and focus values, etc.) to speed transitioning between microscope setups optimal for anterior and posterior segment visualization equipped with Zero to 180-degree views.  ZEISS CALLISTO EYE Must have ability to add function of receiving IOL Master 700 data for Marker less Cataract Surgery for TORIC IOL Patients. Enhanced scan quality thru digital image processing Eye Tracking which will allow scan to lock onto selected anatomy and move with eye as it is manipulated during surgery Will allow the OCT functionality and Marker-less surgical navigation through Callisto eye to be available on the same microscope (VI) This is a Brand Name or equal acquisition. Additional Information: (VII) Required delivery 56 days ARO. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct, 2015), applies to this acquisition. Additionally addendum to this provision follows. OFFER SUBMISSION Offerors shall submit their offer via email, by 12:00 PM, EDT, August 6, 2018. Address Subject Line: 36C24618Q9453 Lumera 700 Durham, NC. Pricing: Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government; proposed prices should reflect a clear understanding of the requirements and commensurate with the performance work statement. All Offerors shall be registered and current in the System for Award Management (SAM) database at time of award. To be eligible to submit an offeror. All offerors shall be verified in the Vendor Information Page (VIP) www.vip.vetbiz.gov. Unverified SDVOSBs will be considered non-responsive to the requirements of the solicitation. Offers from unverified SDVOSBs are considered deficient and will not be evaluated. Technical The Technical Volume shall not exceed twenty-five (25) pages in length, minimum 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages. Past Performance Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed. TECHNICAL QUESTIONS Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing, via email, to john.summers2@va.gov on or before August 3, 2018 04:30pm EDT. Address Subject Line: 36C24618Q9453 Lumera 700 Durham, NC. Telephonic (verbal) questions Will Not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Offers will be initially reviewed for compliance of all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. For those offerors determined to be technically acceptable, award will be made to the vendor with the lowest overall price. Your proposal must demonstrate a clear understanding of the standards and requirements outlined in the solicitation. The contract will be awarded to the offeror with the lowest price technically acceptable offer based on the factors listed below. A rating of acceptable or unacceptable will be assigned to each non priced factor. Technical Past Performance Price Technical The offeror shall provide evidence that offeror has experience relevant to the work outlined in the Statement of Work. If subcontracting will be utilized please provide a breakout of how the work will be accomplished. Past Performance Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that the Government may elect to consider data obtained from other sources. Offerors with no relevant past performance or whom information is not available, shall be evaluated neutral. Price Your prices shall be submitted in accordance with the Price Schedule contained in the solicitation. Total price will be evaluated by the Government. In evaluating the offeror s proposed price for this service, the government concern includes determining price reasonableness. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2016), with their quote. An offeror shall complete only paragraph (b) of this provision. The offeror shall have completed the Annual Representations and Certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May, 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun, 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (XIII) The following FAR provisions and VAAR clauses are also applicable to this acquisition: 52.211-6 Brand name or Equal (Aug 1999) 852.203-70 Commercial Advertising (Jan, 2008) 852.232-72 Electronic Submission of Payment Requests (Nov, 2012) 852.246-70 Guarantee (Jan, 2008) 852.246-71 Inspection (Jan, 2008) 852.273-70 Late Offers (Jan 2003) (XIV) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions must be received no later than August 3, 2018 04:30pm EDT. (XV) Quotes are required to be received in the contracting office no later than 12:00 PM EDT on August 6, 2018. All quotes must be emailed to the attention of Contracting Officer: John J. Summers email address is john.summers2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9453/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q9453 36C24618Q9453_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518555&FileName=36C24618Q9453-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518555&FileName=36C24618Q9453-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05016801-W 20180803/180801231852-8f9866030e508438288bba8cecbf9702 (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.