SOLICITATION NOTICE
65 -- 65--Ophthalmology equipment
- Notice Date
- 8/30/2023 1:35:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- FCC FLORENCE FLORENCE CO 81226 USA
- ZIP Code
- 81226
- Solicitation Number
- 15B40623PR000298
- Response Due
- 9/11/2023 8:00:00 AM
- Archive Date
- 03/09/2024
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 15B40623PR000298 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250.00 employees. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-09-11 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Florence, CO 81226 The DOJ BOP Field Offices - FCI FLORENCE requires the following items, Meet or Exceed, to the following: LI 001: Meet or exceed ZEISS OS | HFA3 MODEL 840 WITH GPA, HEAD TRACKING, GAZETRACKING, TABLE, 1, EA; LI 002: Meet or exceed ZEISS OS | CIRRUS HD-OCT (Model 5000) Includes GCGPA, Smart HD Scans, FastTrac, Adv RPE, GCA, Ant Seg Basic. Zeiss unique specs related to the performance of the unit are as follows: Has the capability to have the ability to capture and provide OCTAngiography: This capability for OCT Angiography is provided by a 1 singleOCT scan Has the ability to import and integrate raw data from the CIRRUS family ofproducts. The raw data must be interchangeable between the CIRRUS unitsMust allow for the ability of FORUM Retina Workplace, GlaucomaWorkplace to access all DICOM private and public tags. The unit must have exact Macular Scan Pattern of 512x128 for retina scanthat is 6x6mm scan area. Scanning speeds: Scan at exactly 27,000 A-scans/sec, as well as the ability toscan at exactly 68,000 A-scans/sec. The unit must be able to compare 8 tests in one glance under the GPAGlaucoma Progression Analysis in one view. (2 baseline, 6 subsequent visits.Unit must be able to provide a report for Ganglion Cell Analysis that isderived from a scan must be comprised of 6mmx6mm cube scan with aminimum by 200x200 line scan pattern Anterior Segment scan that is at minimal 15.5 mm in length x 5.8 mm indepth. which is the full view of the Anterior Chamber. Global Pachymetry report that is comprised of minimum of 24 radial scansand must be at a minimum 9mm in length. The unit must have and built-in LSO Fundus Camera (Line Scanning LaserOphthalmoscope). (wide field image of retina + enables tracking)Unit must be able to offer Ganglion Cell Progression Analysis that will reviewprevious 8 tests of a single eye. FastTrac reduces eye motion artifacts without sacrificing patientthroughput with a proprietary scan acquisition strategy, high speed 20 Hz LSOcamera, and single-pass alignment scanning. With FastTrac, scan at thehighest resolution at the same location at each vi Optical source - Superluminescent diode (SLD), 840 nmAll raw patient data from the CIRRUS family of products can be transferredinto the CIRRUS 5000 seamlessly and used immediately for GuidedProgression Analysis or any other CIRRUS analytical programA-scan depth - 2.0mm (in tissue), 1024 pointsAxial resolution - 5 um (in tissue) (Bscan resolution)Transverse resolution - 15 um (in tissue) (Enface resolution)Anterior Segment Imaging: 15.5 mm in length x 5.8 mm in depth. Global Pachymetry Scan: 24 radial scans at minimum 9mm in length. Global Pachymetry: Thickness in each of the area of central 0-2mm, 2-5mm,and 5-7mm range.Progression Analysis: 2 Baseline 7 additional scans for comparisonRetina Scan Patterns: HD 1 Line 100x 1 Line (100x averaged)HD 21 Line 21 Lines (4 or 8x averaged)HD Radial 12 Lines (8x averaged)HD Cross 10 Lines - 5 horizontal, 5 vertical (8x averaged)512x128, 200x200Anterior Segment PremierChamberView 15.5 mm x 5.8 mm Wide Angle to Angle 15.5 mm x 2.9 mm HD Cornea 9 mm x 2 mm HD Angle 6 mm x 2.9 mm, 1, EA; LI 003: Meet or exceed ZEISS OS | ANTERIOR SEGMENT PREMIER MODULE CIRRUS 5000(IMAGING ONLY)INCLUDES EXTERNAL LENSES, 1, EA; LI 004: Meet or exceed CARL ZEISS MEDITEC, INC. | OPTIME SERVICE COMPLETE HFA 3840 | 1YR, 4, EA; LI 005: Meet or exceed CARL ZEISS MEDITEC, INC. | OPTIME SERVICE COMPLETE CIRRUS5000 | 1YR, 4, EA; LI 006: Meet or exceed CARL ZEISS MEDITEC, INC. | VISUPLAN 500 | 1/EA, 1, EA; LI 007: Meet or exceed CARL ZEISS MEDITEC, INC. | 2 INSTRUMENT TABLE - PLUS 1 |, 3, EA; LI 008: Meet or exceed CARL ZEISS MEDITEC, INC. | VISUPLAN 500 - 4 YEAR POS -SERVICE AGREEMENT, 1, EA; LI 009: Meet or exceed CARL ZEISS MEDITEC USA, INC. | I.PROFILER�PLUS WIN 10 | 1/EA, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOJ BOP Field Offices - FCI FLORENCE intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCI FLORENCE is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms offer and offeror refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms bid and bidder refer to an offer submitted in response to an Invitation for Bid (IFB). The term proposal refers to an offer submitted in response to a Request for Proposal (RFP). The terms quotation, quote, and quoter refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. 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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to marketplacesupport@unisonglobal.com For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a sellers Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c2332043be744c3c9f4d8ff5c9c03b8f/view)
- Place of Performance
- Address: 5880 State Hwy 67 South P.O. Box 7500, Florence, CO 81226, USA
- Zip Code: 81226
- Country: USA
- Zip Code: 81226
- Record
- SN06813338-F 20230901/230830230056 (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 |