DOCUMENT
65 -- Visual Field Analyzer - Attachment
- Notice Date
- 10/26/2018
- 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;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- 36C26119Q0050
- Response Due
- 11/6/2018
- Archive Date
- 1/5/2019
- Point of Contact
- Katherine Fairley
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0050 Posted Date: 10/26/2018 Original Response Date: 11/06/2018 Current Response Date: 11/06/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 334510 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This is a Service Disabled Veteran Owned Small Business Set-Aside requirement. Only Verified SDVOSB s in the VIP database when an offer is submitted and at the time of contract award will be considered for award and unverified firms will be considered non-responsive and ineligible for award. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The VA Central California Health Care System, 2615 Clinton Avenue, Fresno, California is seeking to purchase a Visual Field Analyzer. All interested companies shall provide quotations for the following: Brand Name or Equal: MFR: CARL ZEISS A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 VISUAL FIELD ANALYZER Item #266002-1170-747-PRO Includes the Following: Zeiss OS, HFA3 Model 860 with Liquid Trial Lens, Releye, Kinetic, GPA, Head Tracking, Gaze Tracking, Printer and Table. 2 EA 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 GRAND TOTAL Brand Name Item: Zeiss HFA3 Model 860 (Visual Field Analyzer) Essential/significant physical, functional, or performance characteristics that the VA must have. Salient Characteristics: Visual Field Analyzer MUST HAVE THE FOLLOWING: Internal storage 500 Gb Operating system: windows 7-64bit Fixation control Video eye monitor Heijl-Krakau blind spot monitor Gaze tracking Head tracking Vertex monitoring Visual Field Index summary of patient s visual field status Liquid Trial Lens correction ranges from -8 to +8 diopters Touch screen interface Smart Touch RelEYE fixation monitoring system Guided Progression Analysis 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. Compatibility: Must be compatible with current Carl Zeiss Humphrey 750i Visual Field Analyzer and be able to monitor for progression of visual field changes with future testing. End of Salient Delivery shall be provided no later than 60 days after receipt of order. FOB Destination. The contractor shall deliver line item 0001 to VA Central California Health Care System Fresno, CA 93703. Place of Performance Address: 2615 Clinton Avenue Fresno, CA Postal Code: 93703-2223 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding line item descriptions and salient characteristics listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding line item descriptions and salient characteristics. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed items such that OEM warranty and service are provided and maintained by the OEM. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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: 1. Technical: The vendor s quote must meet the line item description and salient characteristics listed within the solicitation for the line item. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting all of the line item description and salient characteristics listed within the solicitation. The technical ratings are defined as follows: Acceptable: Quote clearly meets all of the line item description and salient characteristics listed within the solicitation. Unacceptable: Quote does not clearly meet all of the line item description and salient characteristics listed within the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for a Visual Field Analyzer as defined herein. The government intends to award a purchase order 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Tuesday, November 6, 2018, 2:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26119Q0050/listing.html)
- Document(s)
- Attachment
- File Name: 36C26119Q0050 36C26119Q0050-VISUAL FIELD ANALYZER-FRESNO.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4656548&FileName=36C26119Q0050-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4656548&FileName=36C26119Q0050-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119Q0050 36C26119Q0050-VISUAL FIELD ANALYZER-FRESNO.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4656548&FileName=36C26119Q0050-000.docx)
- Record
- SN05135827-W 20181028/181026230452-3d00239b9f15db95828e1327eb59f408 (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 |