MODIFICATION
65 -- Optical coherence tomography (OCT) and Fundus camera Instrument table
- Notice Date
- 9/8/2022 5:44:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00434CSS
- Response Due
- 9/12/2022 10:00:00 AM
- Archive Date
- 09/27/2022
- Point of Contact
- Morgen Slager, Phone: 3014020952
- E-Mail Address
-
morgen.slager@nih.gov
(morgen.slager@nih.gov)
- Description
- (i)� � �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii)� � The solicitation number is 75N95022Q00434CSS and the solicitation is issued as a for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 6�Use of Competitive Procedures; and FAR Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. (iii)� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06 dated May 26, 2022. (iv)� �The associated NAICS code is 333314 - Optical Instrument and Lens Manufacturing. Size standard is 500. � PSC Code: 6515 - Medical and Surgical Instruments, Equipment, and Supplies (v)� � This requirement is for Optical coherence tomography (OCT) and Fundus camera Instrument table. (vi)���Background: The National Institute of Neurological Disorders and Stroke (NINDS) Clinical Center of the National Institutes of Health (NIH) supports active clinical research to investigate the causes, treatment, and prevention of neurologic diseases. The Translational Neuroradiology Section (TNS) is developing and building a Mobile Clinical Research Unit (MCRU) to provide a comprehensive resource for investigators across the NINDS Clinical Research Program. The MCRU will use ultra-low-field MRI and optical coherence tomography (OCT) to conduct on-location neurological screening. Pairing these modalities in satellite locations achieve detailed screening of underrepresented and disabled populations. Images from both MRI and OCT reveal anatomic detail of pathologic changes in brain, retina, and optic nerve. Due to the limited space and movement between screening sites, equipment must be spatially conscious with a stable enough foundation to withstand road travel. Purpose: The purpose of this acquisition is to procure a TopCon Maestro 2 OCT for ophthalmic screening on a mobile research vehicle, providing investigators the ability to combine optic data with neurologic imaging on a single mobile site. Project Requirements: Optical coherence tomography (OCT) and Fundus camera Instrument table: OCT and instrument table TopCon Healthcare TopCon Corporation 2022 Maestro2 Robotic OCT and Fundus Camera (includes three magnetic 6 floating licenses and all in one computer); 102449804KUS AIT-250 Two Position Instrument table, 24X36 table top, low height 26.12�, high height 38�, 450 pound capacity; 25042-11-001 Large caster for AIT-250/250/650 (4 required); 2025001073 Salient characteristics The essential characteristics of the Maestro2 Robotic OCT and Fundus Camera and two position instrument table include: System must have user-friendly automated and manual capture capabilities. System must have True color fundus photography. System must provide Automated OCT angiography of a 12mmX9mm widefield. System must have 3D wide scan with Hood report for glaucoma. System must include Panoramic fundus imaging. System must have reference database comparison for full retinal thickness, ganglion cell + inner plexiform layer thickness, ganglion cell complex thickness, and circumpapillary retinal nerve fibre layer thickness. System must be portable and compact. System must be functional and suitable a mobile setting Instrument table must be adjustable from 36� to 38�, must have two positions: 24x36 table top, low height 26.12�, high height 38� Instrument table must have 450lb capacity Instrument table must fit in a mobile unit and be able to endure travel on mobile unit System must include 4 large casters for AIT/250/250/650 Installation must be complete upon delivery Training for system use must be completed upon delivery Deliverables: This is a one time delivery. Vendor shall deliver, install and provide traning.� (vii)���Period of Performance: This is a one-time delivery to installed one (1) week ARO. The Government anticipates award of a firm fixed-price purchase order for this acquisition. (viii)� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) FAR 52.225-2, Buy American Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (April 21, 022) / NIH Invoice and Payment Provisions (Vendor has Not Transitioned to IPP) (April 21, 2022) (ix)� The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror 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 quotes: a. Technical capability of the item offered to meet the Government requirement; and b. Price (x)� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)��The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offers must be received by 1:00 p.m., Eastern Daylight/Standard Time, on September 12, 2022, and reference Solicitation Number 75N95022Q00434CSS. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/135c2585b9c446629f2a0c06cae484db/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06457011-F 20220910/220908230123 (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 |