Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

65 -- Brand Name or Equal to Reliance, Haag-Streit, and Reichart Optometry Lane. Total Small Business Set-aside.

Notice Date
7/30/2024 8:45:31 AM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0895
 
Response Due
8/6/2024 1:00:00 PM
 
Archive Date
10/05/2024
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Optometry Lanes Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for the installation of 1 additional optometry lane in the Lebanon Clinic. Scope of Work: The vendor shall provide all resources necessary to accomplish the deliverables, and proper installation of deliverables described in this statement of need (SON), except as may otherwise be specified. The required Optometry Lane package consists of: Reliance 7900-IC Floor Unit with Wheelchair Modification #20 Pearl Reliance 6200-L Exam Chair #20 Pearl Reliance 4246 Pneumatic Stool, #301 Black Haag-Streit BP/BQ/BX Applanation Tonometer Haag-Streit 900 BQ LED Slit Lamp with Accessories Reichert ClearChart 4 Digital Acuity System w/Wall mount Front Surface Mirror, Single - Limestone, 12 in x 12 in The LVAMC providers presently utilize and have standardized care on the above package of equipment. We are requesting a Brand Name or Equal to procurement for this equipment to maintain continuity in care offered to our Veterans as well as continue standardized equipment for operational, safety, and teaching purposes at this facility. Providers perform exams at several locations, and consistency of equipment is clinically necessary for a consistent standard of care and uniform results. Additionally, providers are trained and familiar with the listed equipment, and installing optometry lanes with the same brand-name or equal equipment will allow them to seamlessly deliver patient care in each location without delaying care. Additionally standardized equipment streamlines biomedical support for parts and repairs as needed. Salient Characteristics of the Reliance 6200-L Exam Chair: Small footprint for increased patient access. Powered hydraulic base with counterbalanced manual recline. Dual Side Operation can control side from both sides. Rotation locks to swivel chair 330 degrees from both sides. Armrests lock in place and release for easy patient access and security. Headrest adjusts with a single hand and locks into place. Backlit membrane switches, which last 10-times longer than conventional switches eliminate need for high voltage wiring. Base raise and lower functions. Auto return switch brings chair back to lowered position. Long lasting hand-sewn upholstery with high-density foam Removable cushions for easy cleaning High: 21¼ to 33 . Low: 19¾ 28¼ . Base 22 5/16 x 24½. Depth: Upright (without headrest): 40 . Table: 60 . Seat: 19 (wide) x 18 . Armrest span: 19 . Shipping weight: 355 lbs. Electrical: 60/50 Hz, 6.3 amperes. Salient Characteristics of the Reliance 7900-IC Floor Unit: Compatible with all Reliance chairs. Chair controls and three wells for handheld instruments (IC version). Arms for Instrument Delivery Counterbalanced slit-lamp arm locks and allows adjustment with a single hand. 12 of vertical travel can be counterbalanced for instruments 12 to 60 lbs. A raise and lower switch on the slit lamp arm controls chair height adjustments. Upper refractor arm offers 10 range of vertical movement; delivers instruments up to 20 lbs. Third instrument arm available as an option: 10- to 50 lb. capacity; 10 of vertical travel. Space-age base material including the same polycarbonate used on supersonic aircraft, resists scrapes, scuffs and scratches. Backlit membrane switches last 10-times longer than mechanical switches and increase safety with lower voltages. They control the chart projector, overhead lamp and binding post for an indirect ophthalmoscope, and raise and lower the exam chair. Halogen lamp with long-lasting bulb provides bright, direct light for minor procedures. Arm adjusts without tools. Low voltage for safety. Height to console: 36 . Height to pole top: 71 . Base: 21x 21 . Shipping weight: 292 lbs. Electrical (Standard UL Listed), 115 volts, 60 Hz, 3 amperes. Optional: 230 volts, 60 Hz, 1.5 amperes Salient Characteristics of the Haag-Streit 900 BQ LED Slit Lamp: LED Illumination Head Light Source Eyepiece with double cross hair reticule Switch for beam splitter Diffusor Pivoting background illumination Imaging Module IM 900 Release Bar Illumination Control High precision mechanics built with high grade materials, ensuring decades long durability and longevity. Salient Characteristics of the Haag-Streit BP/BQ/BX Applanation Tonometer Single use only and thus reliably eliminates the risk of cross-infection even in the most difficult situations. Calibrated to Goldmann standards, Tonosafe delivers accurate results with all Goldmann and Perkins contact tonometers. Goldmann measuring prisms are distinguished by their optical and mechanical performance which allows for fast and reliable measurements in daily practice. Salient Characteristics of the Reliance 4246 Pneumatic Stool: All exposed metal, with exception of the aluminum base, is chrome-plated steel. Base and legs finished in tough, black epoxy enamel. Hooded dual wheel casters. 5 legs for stability Base diameter: 22.5 Salient Characteristics of the Reichert ClearChart 4 Digital Acuity System w/Wall mount: 24-inch High-resolution LED-backlit display Lightweight, cool-running, and long-lasting Three different illumination levels for mesopic (3 cd/m2) and photopic (85 cd/m2) lighting conditions. Extensive range of optotypes that can be randomized to prevent patient memorization Optotypes can also be isolated, increased, or decreased in size, and can be displayed in either Snellen or Logmar progression. Optotypes include: 17 Letter Set, 8 Letter Set, Sloan, HOTV, Landolt C, Landolt C & O, Tumbling E, Children s Optotypes. Specialty test charts include Astigmatic Tests, Fusion and Phoria Tests, and Binocular Balance. Additional Information: Purchasing brand-name or equal for our clinic will maintain continuity of care for Veterans, as well as continue using standardized equipment for operational safety, and teaching purposes at this facility. Delivery/Installation: Installation in the LVAMC clinic shall be coordinated through Bio-Med, Optometry Chief and/or POC. Beverly Miller, POC, Admin Specialist, Surgery Beverly.miller1@va.gov/ (717) 272-6621, x4120 CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for the following: Assign a Project Manager upon award of contract. The Project Manager shall develop a project schedule and implementation plan. Contractor shall provide qualified and VA credentialed personnel to perform the installation of the items as noted in this Statement of Need (SON). Contractor is responsible to ensure all equipment to be installed meets VA standards. Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. Contractor is responsible for securing all materials, equipment, and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates should be maintained by the POC of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. GOVERNMENT RESPONSIBILITIES: The Government shall provide the following: The authorized POC will assume responsibility for the installation and performance of all other equipment and work necessary for completion of this project. Provide site access and escorts to the customer's location to where the equipment is located. Provide adequate space for the work to be performed. Provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. CONTRACT ADMINISTRATION: Veterans Administration Medical Center Lebanon contracting office is responsible for the sole administration for this contract. Contract Administrator: Contract administrator shall be designated at time of contract award. The POC will be identified upon contract award. The POC is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The POC does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) The services, although not directly supervised, shall be reviewed by the Department of Veterans Affairs staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contracting Officer's Representative (COR) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Contractor Performance Assessment Reporting System (CPARS). The VAMC utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail from the Focal Point thru the following website address webptsmh@navy.mil when the contractor is registered in CPARS. The contractor must be registered to access and review its evaluation and/or provide a response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f3c5894b94f46b5a7be81dbe4b01da6/view)
 
Place of Performance
Address: Lebanon VA Medical Center Attn: Warehouse 1700 South Lincoln Ave,, Lebanon, 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN07149319-F 20240801/240730230122 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.