Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

65 -- Eye Care Line Centruion System and Accessories - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39216
 
Solicitation Number
VA25617N0896
 
Response Due
6/29/2017
 
Archive Date
8/28/2017
 
Point of Contact
Diyonne Williams
 
E-Mail Address
6-6956<br
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK CENTURION VISION SYSTEM MICHAEL E. DEBAKEY VA MEDICAL CENTER, HOUSTON, TEXAS PURPOSE The overall purpose is to procure the Centurion Vision System for eye surgeons at the Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston, Texas 77030. The Contractor shall provide all necessary tools, equipment/hardware, software, licenses, delivery, installation, warranty, and training. SCOPE The goal is to supply Centurion Vision System to the MEDVAMC the outpatient Eye Clinic. QUANTITY CENTURION VISION SYSTEM ULTRAFLOW II I/A HANDPIECE AUTOSERT IOL INJECTOR HANDPIECE CENTURION OZIL HP SPECIFICATIONS AND SALIENT CHARACTERISTICS Energy delivery Fluidics Graphic User Interface Upgradeable Platform Active Fluid Technology SYSTEM REQUIREMENTS The equipment shall be compatible with the equipment, infrastructure, and supplies already in use in the MEDVAMC operating rooms and Eye Clinic. 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. TESTING AND CERTIFICATION Upon delivery 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 in an operating room on the fifth floor and the Eye Clinic on the first floor of the MEDVAMC. This equipment will be installed no later than 45 days after award. Contractor shall be responsible for removing all packing materials and related waste and dispose of offsite. REQUESTED RESPONSES: The intent of this Request for Information (RFI) is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the listed products. Please cite business size status in the response. Please respond to this RFI if you are capable of providing supplies that can be determined to be EQUIVALENT to the products listed in the section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to diyonne.williams@va.gov. Please respond to this RFI no later than Thursday, June 29, 2017 and no later than 5 PM CT. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25617N0896/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0896 VA256-17-N-0896_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3589679&FileName=VA256-17-N-0896-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3589679&FileName=VA256-17-N-0896-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04548323-W 20170618/170616235258-62d3acce3514af9a6dabe1f403059733 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.