SOLICITATION NOTICE
66 -- Clinical Tomography Angiography OCT Unit - Specification Sheet
- Notice Date
- 8/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
- ZIP Code
- 87110
- Solicitation Number
- 18-242-SOL-00076
- Archive Date
- 9/1/2018
- Point of Contact
- Cedric A. Wood, Phone: 505-256-6756, Dawn A Sekayumptewa, Phone: 505-248-4561
- E-Mail Address
-
cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov
(cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW This is a combined synopsis/solicitation for commercial items or services 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 solicitation number is 17-242-SOL-00076 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of $1250. This requirement is a 100% Set-Aside for Small Business Concerns and only quotes from qualified offerors will be considered. Only one award will result from this solicitation. FOB Destination shall be to the various locations described in the Statement of Work (SOW). The Indian Health Service requires the following supplies and or services that meet or exceed the following: The Contractor shall provide Medical Equipment & Systems per the attached SOW: The contractor shall furnish all parts, supplies, material, labor, equipment and supervision necessary to provide the prescribed equipment. Scope of Work Clinical Tomography Angiography OCT Unit Specifications The Vendor shall provide a clinical tomography angiography OCT configuration which provides research-grade components and ergonomic features designed for a ophthalmology environment, equal to or greater than the ZEISS OS|CIRRUS HD-OCT (Model 5000) w/AngioPlex OCT Angiography Version 9.0. This OCT unit shall be fully operational and shall meet the following minimum specifications and features: SPECIFICATIONS Model CIRRUS HD-OCT (Model 5000) Fundus Imaging: Methodology Line scanning ophthalmoscope (LSO) Live fundus image during alignment and during OCT scan Optical source Super luminescent diode (SLD), 750nm Field of view 36 degrees Wx 30 degrees H Frame rate >20 Hz Transverse resolution 25 um (in tissue) Iris Imaging: Methodology CCD Camera Resolution 1280 x 1024 Live iris image During alignment OCT Imaging: Fixation: Internal fixation focus adjustment - -20D to +20D (diopters) Methodology Spectral domain OCT Optical source Super luminescent diode (SLD), 840 nm Scan speed 27,000 A-scans per second or 68,000 A-scans per second* *All existing scan patterns will run at 27,000 A-scans per second, which is the same scan speed as the CIRRUS 4000. All patient data from a Cirrus 4000 instrument can be transferred into the new unit seamlessly and used immediately * A-scan depth 2.0mm (in tissue), 1024 points Axial resolution 5 um (in tissue) Transverse resolution 15 um (in tissue) Cube scan pattern 512 x 126 with over >67 million data ports and 47um spacing between lines Cube scan pattern 200 x 200 with over >40 million data ports and 30um spacing between lines Key Features • Has the capability to capture and provide OCT Angiography: This capability for OCT Angiography is provided by a 1 single OCT scan that allows for visualization of both micro vascular and structural information in a noninvasive dye free scan by the OCT. • Has the ability to import and integrate the Cirrus Model HD OCT 4000 raw data. The raw data must be interchangeable between the Cirrus 4000 and the new unit. • The unit must have exact Macular Scan Pattern of 512x128 for retina scan with exact scanning speed at 27,000 A-scans a second within a 6mm x 6mm. Must be able to provide Company Literature. • The unit must have exact scan pattern of 200x200 in a 6mmx6mm cube for Glaucoma Scan with exact scanning speed at 27,000 A-scans a second. The scan pattern must be able to capture and provide RNFL, ONH, Neuro Retinal Rim Tissue, and 3-D Cube capabilities all in one scan. • Scanning speeds: Scan at exactly 27,000 A-scans/sec, as well as the ability to scan at 68,000 A-scans/sec • Unit must be able to provide a report for Ganglion Cell Analysis that is derived from a scan must be comprised of 6mmx6mm cube scan with a minimum by 200x200 line scan pattern with no more than 30 microns between each slice. • Minimum Pupil Requirements must be 2.0mm or less. • Unit must utilize an LSO Fundus Camera (Line Scanning Laser Ophthalmoscope). • The unit must Automatically Track to Prior Scan: The unit must be able to do this without technician needing to align to prior scan: • Anterior Segment scan that is at minimal 15.5 mm in length x 5.8 mm in depth which is the full view of the Anterior Chamber. Must be able to provide Company Literature. • Global Pachymetry report that is comprised of minimum of 24 radial scans and must be at a minimum 9mm in length. • The unit must be a 90 degree configuration, so that the tech (operator) must sit to the side (90 degrees) of the patient Other Features • Electrical rating (115V) - Single Phase, 100-120V~systems: 50/60Hz, 5A • Electrical rating (230V) - Single Phase, 200-240V~systems: 50/60Hz, 2.5A • Internal Computer: Operating system/processor - Windows 7, Intel processor • Memory: Hard drive/internal storage - minimum >=750 GB, > 80,000 scans • Display - Integrated 19" color flat panel display with highest definition possible • USB ports - 6 ports Stand • Large, sturdy base designed for the ophthalmology environment • Will be in included as a standard feature of the OCT unit • Will be ergonomically suited to the medical staff's use Warranty: The Vendor shall provide a minimum one year warranty for the equipment and provide information on any options which are available. Shipping: The Vendor shall include all associated shipping costs and provide shipping date information to the Project Manager/POC listed. The equipment shall be shipped to the following location: Ute Mountain Ute Health Center 232 Rustling Willow Street Towaoc, CO 81334 (970) 565-4441 Acoma- Canoncito-Laguna Service Unit 80 Veterans Blvd. Acoma Pueblo, NM 87034 (505)522-5300 POC: The Vendor shall verify all equipment information and coordinate delivery with the Project Manager and POC as follows: Ute Mountain Ute Health Center Michael Stellick, JSU Biomed/POC (575) 759-7221 Acoma- Canoncito-Laguna Service Unit Felix Gonzales, AAO Biomed/Project Manager (505) 256-6796 Installation: If or when necessary the Vendor will be required to install and conduct initial operational tests under this purchase. Training: If or when necessary the Vendor will be required to provide onsite training to all required staff under this purchase. End Scope of Work State taxes for labor/service costs. (The Indian Health Service is exempt from New Mexico State Taxes for materials and supplies.) ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the Buyer. Questions not received within a reasonable time prior to close of the solicitation may not be considered*** All responsible Offerors that respond to this solicitation MUST submit their quotes by 1700 on August 17, 2018. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and detail that time period. Quote MUST be good for 30 calendar days after close of solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/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 factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price (iii) Past Performance Technical and past performance when combined, are approximately equal to cost or price (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) Indian Preference clause specified at 326.505(a) Indian Preference Program clause specified at 326.505(b). Response time: Requests for quotation will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 1700 MT on 8/17/2018, to Cedric Wood, Contract Specialist, (505)256-6756 email; cedric.wood@ihs.gov. Response times have been shortened due to urgency of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/18-242-SOL-00076/listing.html)
- Record
- SN05028647-W 20180811/180809231001-3df814ee91572647f17f1b7fb3e48b2c (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 |