SOLICITATION NOTICE
65 -- 580-20-3-153-0060 NEW Forum - CBOCs (VA-20-00015876)
- Notice Date
- 5/13/2020 7:49:19 AM
- Notice Type
- Presolicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0617
- Response Due
- 5/18/2020 12:00:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Winston Graber 985-212-4296 winston.graber@va.gov
- E-Mail Address
-
Winston.Graber@va.gov
(Winston.Graber@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25620Q0617 BACKGROUND: The Houston VAMC has a requirement for the following BRAND NAME supplies: Manufacturer Stock # Item Description Please see SOW attached REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov. Please respond to this RFI no later than May 18, 2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. STATEMENT OF WORK DECEMBER 9, 2019 OPHTHALMIC DATA MANAGEMENT SYSTEM MICHAEL E. DEBAKEY VA MEDICAL CENTER, HOUSTON, TEXAS PURPOSE The overall purpose is to complete the installation of the comprehensive, integrated ophthalmic data management system for the eye clinics located at the MEDVAMC s community-based outpatient clinics (CBOCs) located in the following Texas cities: Beaumont, Lufkin, Katy, Richmond, Texas City, Conroe and Tomball. The system must interface with the MEDVAMCs electronic medical record and existing eye equipment enabling consolidated storage, transfer, review and analysis of eye tests and exams conducted at any of the above-listed sites. The Contractor shall provide all necessary tools, interfaces, equipment/hardware, software, licenses, delivery, installation, warranty, and training. BACKGROUND The MEDVAMC began and completed the installation of the data management system at the MEDVAMC and two CBOC. This request is to complete the installation and integration of the system for the remaining CBOC eye clinics: Beaumont, Lufkin, Katy, Richmond, Texas City, and Tomball that will allow consolidation of eye data from these systems, store the information, and transfer it to the MEDVAMC electronic medical record. The system should also facilitate review of the data by eye care providers for treatment decision making purposes. SCOPE The goal is to have the same vendor supply, install, and train staff on the use of eye data management system at the MEDVAMC as well as its community-based outpatient clinics. The Purchase Order for the original request is 580-A70418 QUANTITY Eye Data Management System: 1 ITEM TO BE PROCURED (SPECIAL INSTRUCTIONS): a. The suggested manufacturer is Carl Zeiss Meditec via Corps Biologics LLC. The items preferred are Zeiss Forum Archive Version 4.2 OR EQUAL and Zeiss Forum Archive Glaucoma Workplace 2.0 OR EQUAL. b. An OR EQUAL Eye Data Management System must meet certain specifications and salient characteristics. These specifications and salient characteristics are listed in item E of this Statement of Work. SPECIFICATIONS AND SALIENT CHARACTERISTICS The system shall be capable of post-processing analysis, dynamic review, and manipulation of RAW data.� The system shall have the capability to be completely paperless. The system shall support multiple sites. The data management system shall be vendor neutral; displaying data from ophthalmology equipment manufactured by any vendor. The system shall be compatible with every computer monitor on site, allowing the ability to view data on multiple computers. The system shall be able to provide preconfigured ophthalmic displays. The system shall include an archive and viewer package, viewer licenses, tablet interfaces and DICOM interface licenses. The system shall be stationed in the server room. Pull the entire databases of the ZEISS HFA Visual Fields off of the instrument and have the entire database reside on the FORUM Server. This allows the clinic(s) to merge the entire databases from Zeiss HFA s into 1 central database for multiple instruments, and multiple clinics, This provides efficiency for the clinicians and practice workflows as all entire databases now will act as one database Pull the entire databases of the ZEISS Cirrus OCT off of the instrument and have the entire database reside on the FORUM Server. This allows the clinic(s) to merge the entire databases from Cirrus OCT s into 1 central database for multiple instruments, and multiple clinics, This provides efficiency for the clinicians and practice workflows as all entire databases now will act as one database. Regarding the HFA only Zeiss s FORUM Glaucoma Workplace can allow the clinician to manipulate and interact with all past and current exams from their lane. This includes changing baselines in the trade marked analysis of the Guided Progression Analysis .� Only Zeiss FORUM can interact with Zeiss HFA raw data.� Other offerings including IFA can only provide an image or screen shot , they cannot touch the algorithmic level data, and interact with that data.�� Only Zeiss FORUM can accept the IOL Master 700 and IOL Master Reading and finding an populate those finding into the Lumera Microscope for Callisto Eye Cataract Suite. VNA, PKI Single Sign on, LDAP Tomball VA Clinic Devices: 1. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway 2. Carl Zeiss: HFA 750i: Less than Version 5.0 Katy VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 4000: Version 6.5 or Greater with DICOM Gateway 3. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Texas City VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Richmond VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 5000: Version 6.5 or Greater with DICOM Gateway 3. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Beaumont VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Lufkin VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 4000: Version 6.5 or Greater with DICOM Gateway 3. Heidelberg : Spectralis HRA: DICOM using Spectralis Version 5.4 or Greater 5. The equipment shall be compatible with the equipment, infrastructure, and supplies already in use at the MEDVAMC and named outpatient clinics. SPECIAL REQUIREMENTS: All bids must address and meet all specifications and salient characteristics defined in section E. OR EQUAL submissions must meet the specifications and salient characteristics as listed in item E of this Statement of Work. OR EQUAL submissions shall be similar to the specified dimensions, color schemes, function, capability, and quality. OR EQUAL products submissions must include manufacturer s product brochure including specification information, warranty data, and physical samples of manufacturer s full range of finish options. Failure to clearly note that the products being quoted are the requested brand name, or failure to supply OR EQUAL products specifications and informational literature shall constitute a bid that is non-compliant and shall not be further evaluated for award. SYSTEM REQUIREMENTS Contractor shall provide a projected schedule in terms of days from the time of award addressing (at a minimum) the following milestones: verification that all system quantities and configurations are accurate; manufacture/assembly of all parts and/or equipment; delivery to identified location; and complete installation of hardware. TRAINING Contractor shall provide comprehensive training on the use of the equipment for the operating clinicians. This training program shall include at the minimum the following: (i) Technical Training, (ii) Operational Training, and (iii) Hardware and Software Trouble-shooting. Training shall occur onsite during normal business hours, 8:00am-4:30pm, Monday through Friday. Competency assessments shall be provided with the training. Contractor shall provide technical training for two biomedical engineering personnel. The cost for this training and all training related expenses such as travel, lodging, and other expenses are included in the contract price. This training shall cover the preventative maintenance, troubleshooting, and general maintenance of the equipment. Training shall allow for classroom instruction as well as individual hands on programming, troubleshooting and diagnostics exercises. Competency assessments shall be provided with the training. TESTING AND CERTIFICATION Upon installation of each piece of equipment in the system, the Contractor shall notify the COR in writing that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. GOVERNMENT ACCEPTANCE TEST Contractor shall perform the Government Acceptance Test in the presence of the COR and designated Ophthalmology Staff for proof-of-performance. Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test on Contractor s company form which will be certified by the COR s signature as an evidence of Government Acceptance of the referenced piece of equipment. A copy of this document shall be furnished to the COR and the Contracting Officer before Contractor s Representative at the end of each testing. INSTALLATION Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for the installation of the equipment at the named MEDVAMC CBOCs. This equipment will be installed, and integration complete no later than December 31, 2020. All employees of general contractor and subcontractors shall comply with the MEDVAMC vendor employee management program. Contractor shall be responsible for removing all packing materials and related waste and dispose of offsite. EVALUATION CRITERIA Technical Capability Image Quality System Speed and Reliability Integrated Data Functions Patient Safety features Integration with existing ophthalmic surgery equipment, infrastructure and supplies Past Performance Proximity of service personnel Warranty Price
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d41c5eb4b26b44ed85228d38fe3cbc67/view)
- Place of Performance
- Address: Michael E. DeBakey Medical Center;2002 Holcombe BLVD;Houston, TX. 77030, USA
- Country: USA
- Country: USA
- Record
- SN05656587-F 20200515/200513230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |