SOURCES SOUGHT
65 -- Brand Name or Equal - 3-Step, A Series Microscope by Global Surgical for the NWI Omaha VA
- Notice Date
- 12/7/2018
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;Jody M. Peterson;4801 Veterans Drive;St. Cloud MN 56303
- ZIP Code
- 56303
- Solicitation Number
- 36C26319Q0165
- Response Due
- 12/13/2018
- Archive Date
- 2/11/2019
- Point of Contact
- Jody.Peterson2@va.gov
- Small Business Set-Aside
- N/A
- Description
- Brand Name or Equal for Microscopes and Accessories similar to the 3-Step, A Series Microscope by Global Surgical for the NWI Omaha VA Health Care System NAICS Code: 339112 Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: conducting market research to identify potential sources for a potential procurement of four Brand Name or Equal Microscopes and Accessories similar to the 3-Step, A Series Microscope by Global Surgical for the NWI Omaha VA Health Care Systems. See Attached DRAFT Statement of Work This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Jody M. Peterson, Contracting Specialist, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at Jody.Peterson2@va.gov. Only authorized distributers will be considered in the procurement process. Please address the following in your responses: Point of contact, DUNS Number, complete mailing address, telephone number, and email address. Product literature on items that are offered to meet the requirements of the DRAFT specifications (see attachment). Socioeconomic status. Proof of authorized distributor status for all items submitted for approval. The deadline for this information is 11:00 AM Central Time on Thursday, December 13, 2018. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. GREY MARKET ITEMS: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. The vendor shall provide new items ONLY; no remanufactured or "grey market" items. All items must be covered by the manufacturer's warranty. The offeror shall provide evidence of its authority to distribute the proposed equipment/system at the time of submission of its quote/offer. Please note that such evidence is subject to verification by the Contracting Officer at his/her discretion. DRAFT Specifications for Surgical Microscope The CLINIC BINOCULAR MICROSCOPE is used for complex and delicate ear procedures, including, but not limited to: cerumen removal, wound debridement, otoscopic examination, myringotomies, and pneumatic tube placement. Features requested should allow for appropriate patient care, patient education, and resident/physician extended education. Must be modular in design, allowing for future upgrades/changes, such as video and digital photography. Video equipment must be modular and removable, allowing for the beamsplitter to be removed when not using the video, thus allowing more light transmission to the user. Must be a mobile floor stand system with horizontal arm, spring arm, extension arm. Must have Fixed, straight binocular, F:160, 10X eyepieces. Must have focus optical range, 250mm with additional capability of substituting optical ranges between 200mm 400mm. Should have a minimum of a five-year warranty on all optical / mechanical components. Should have the ability to be upgraded from a Metal Halide to a Xenon light source. Must have an LED light source outputting in excess of 90,000 LUX and contain built in Green and Amber filters. Must have the AXIS control system that integrates the magnification turret changer into the handles for ease of access. For better light transmission, the receptor optics (Objective lens) should be at least 54mm in diameter, when mounted on the microscope. The microscope must have three steps of magnification, ranging from 3.2X to 12.8X. The microscope system must have an optional counter-balance adjustment that maintains easy maneuverability even with the addition of accessories. In order to maintain sufficient depth perception (stereopsis), the distance between the two ocular paths must be at least 24mm from center to center. Must have an optical suspension system capable of maintaining proper balance with up to 25lbs of accessories on the optical head. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/36C26319Q0165/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Nebraska Western Iowa VA Health Care - Omaha;4101 Woolworth Avenue;Omaha, NE
- Zip Code: 68105
- Country: United States of America
- Zip Code: 68105
- Record
- SN05169097-F 20181209/181207230012 (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 |