Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
DOCUMENT

65 -- Microscope - Attachment

Notice Date
12/19/2017
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q0197
 
Response Due
12/22/2017
 
Archive Date
2/20/2018
 
Point of Contact
Percy Johnson
 
E-Mail Address
7
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The solicitation number is 36C25018Q0197 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code is 333314, Laboratory analytical optical instruments (e.g., microscopes) manufacturing. The Small Business Standard is 500 employees. This is a total Service Disabled Veteran Owned Small Business set-aside. The requirement is for acquisition of (10) Lynx Evo System1, (10).62x objective: 3.7x-37x magnification extralong working distance lens (o.62x), Working Distance 128 mm. Includes secondary lens and (10) Smart cam for Lynx EVO, to be delivered to the Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland OH 44106. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, and 52.232-40 FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Lowest Priced Technically Acceptable The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards 852.219-10 - VA Notice of total service-disabled veteran-owned small business set-aside. Quotes are to be emailed Percy Johnson at percy.johnson2@va.gov, no later than 22 December 2017 1:00 p.m. EST ITEM INFORMATION 0001 Lynx EVO System 1 with Low-profile Ergo Stand. Consists of: EVH001 Lynx EVO head: Ergonomic wide-field stereo microscope head EVZ040 Lynx EVO zoom: 10:1 high performance zoom EVB010 Lynx EVO Ergo sta LOCAL STOCK NUMBER: EVO11 10.00 EA 0002 0.62X Objective: 3.7x - 37x magnification extra-long working distance lens (0.62x), Working Distance 128mm. Includes secondary lens. LOCAL STOCK NUMBER: EVL062 10.00 EA 0003 Smart Cam for Lynx EVO: HD camera module (With cable to connect to USB and Power via Ring-light) LOCAL STOCK NUMBER: EVC130 10.00 EA 0004 Lynx EVO 360 ° rotating viewer: rotating optical viewer providing direct and 34 ° oblique view of subject. (Fixed 10.00 EA 0005 Floating Stage: Multi-directional floating stage for use with Ergo stand 4 x 4 (100 x 100 mm) 10.00 EA Contracting Officer s Representative (COR). Name: Section: Sterile Processing Service; VAMC Cleveland; VISN 10 Address: 10701 East Blvd; Cleveland, Ohio 44106 Phone Number: Fax Number: E-Mail Address: 2. Contract Title. Eyepiece-less Stereo Microscope 3. Background. VAMC Cleveland is requesting 10 complete Eyepiece-less stereo microscopes to meet SPS Departmental requirements for inspection of non-lumened Surgical Instrumentation and Endoscopes. 4. Scope. VAMC Cleveland is requesting 10 complete Eyepiece-less stereo microscopes to meet SPS Departmental requirements for inspection of non-lumened Surgical Instrumentation and Endoscopes. VAMC Cleveland is requesting that products offered are equivalent to the Vision Engineering LYNX EVO stereo microscope. 5. Specific Tasks. VAMC Cleveland requires that all below specs are to be met. Prior to award, VAMC Cleveland requires a technical review of all vendors prior to procurement. Required items that need to be provided for this technical review include but not limited to: Documentation of all detailed specs of the microscope Detailed cleaning protocol also known as the Manufacturer Indications for Use (IFU). Equipment must be assembled and made in a TAA compliant country. Items from non TAA compliant countries (i.e. China) are not allowed to be purchased by the VA. Vendor is required to turnkey install at each of the 10 SPS workstations. Vendor must ensure that all equipment is properly working at end of install, and provide a minimum one year warranty if the equipment becomes broken. Vendor must provide in service training to SPS Staff and Biomedical Engineering staff. Salient Characteristics: Item offered must be Same or Equal to the following piece of equipment: Part # Description Quantity EVO11 Lynx EVO System 1 with low-profile ergo stand Lynx EVO Head: Ergonomic wide-field stereo microscope head Lynx EVO Zoom: 10:1 high performance zoom Lynx Evo Ergo Stand: Low-profile Ergo Stand with built-in coarse and fine focus control Lynx EVO ring-light: high performance LED ring-light with integral diffusers Power Unit (Standard) Lynx EVO Dust Cover 10 EVL062.62x objective: 3.7x-37x magnification extralong working distance lens (o.62x), Working Distance 128 mm. Includes secondary lens. 10 EVC130 Smart cam for Lynx EVO: HD camera module (with cable to connect to USB and power via ring-light) 10 Lynx EVO 360 ° rotating viewer: rotating optical viewer providing direct and 34 ° oblique view of subject. (Fixed objective included) 10 Floating Stage: Multi-directional floating stage for use with Ergo stand 4 x 4 (100 x 100 mm) 10 Equipment offered must be a stereo microscope that has been employed in clean room environments Must contain a monocular viewing lens that is eyepiece-less instead of a binocular view that requires eyepieces. (see below) Must provide 3D, HD imaging with a 360-degree rotating viewer in order to see the instrument in real view, and ensure all sides are seen to prevent bioburden Must provide a minimum zoom ratio 10:1 Must provide a minimum magnification range of 5x-50x Must provide coarse and fine adjustment Must include integrated HD camera and software for image/video capture Must include an 8-point LED ring light and objective lens. Must include a floating stage accessory Must include a 1.0x objective lens that provides a minimum 5x-50x zoom range and a minimum of 2.5 working distance. Must include a.60x objective lens that allows for a minimum 3.5x-35x zoom range, and a minimum of 5 working distance. Camera must have a minimum resolution of 1600 x 1200 pixels Dimensions (see below) Base maximum of 12 width, and 17 Length Total Height of unit maximum of 28 Height from lens to platform maximum of 12 Length of platform from the back of unit maximum of 8 Software must be able to store pictures in the following formats: bmp, JPG, PNG, AVI 360 degree rotating view must have a minimum zoom rage of 3.0x-40x with a minimum working distance of 1. Viewing angle must be a minimum of 34 degrees. 17 12 12 8 28 5.1 Task 1. DELIVER ALL QUANTITES OF STEREO MICROSCOPE AND EQUIPMENT TO OPERATE MICROSCOPE AS LISTED ABOVE. 5.2 Task 2. DELIVER INSTRUCTIONS FOR USE (IFU) ALONG WITH DETAILED CLEANING AND STERILIZATION INSTRUCTIONS FOR ALL PRODUCTS PURCHASED. 5.3 Task 3. UPON DELIVERY, SALES REPRESENTATIVE AND DESIGNATED TEAM WILL INSTALL AND CONNECT ALL UNITS AND ENSURE THAT ALL UNITS ARE IN PROPER WORKING ORDER. INSERVICE WILL BE PROVIDED TO ALL SPS STAFF AND BIOMEDICAL ENGINEERING. 6. Performance Monitoring REVIEW OF POTENTIAL VENDORS WILL BE DONE DURING TECHNICAL REVIEW. PAST PRODUCT PERFORMANCE WILL ALSO BE ASSESSED. 7. Security Requirements NOT APPLICABLE 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). SOFTWARE WILL BE INSTALLED ONTO GOVERNMENT COMPUTERS RUNNING A MINIMUM OF WINDOWS 7 OPERATING SYSTEM. SOFTWARE WILL BE APPROVED BY TRM PRIOR TO PURCHASE. 9. Other Pertinent Information or Special Considerations. NOT APPLICABLE a. Identification of Possible Follow-on Work. NOT APPLICABLE b. Identification of Potential Conflicts of Interest (COI). NOT APPLICABLE c. Identification of Non-Disclosure Requirements. NOT APPLICABLE d. Packaging, Packing and Shipping Instructions. INSTRUMENTATION PROCURED SHALL BE DELIVERED TO STERILE PROCESSING SERVICE ROOM 122; LOUIS STOKES CLEVELAND VA MEDICAL CENTER; 10701 EAST BLVD; CLEVELAND, OHIO 44106 e. Inspection and Acceptance Criteria. ALL INSTRUMENTATION WILL BE INSPECTED FOR DAMAGE PRIOR TO USE. IT WILL BE THE RESPONSIBILITY OF THE VENDOR TO REPLACE DAMAGED INSTRUMENTATION. VENDOR WILL INSTALL ALL COMPONENTS AND ENSURE THAT THERE ARE NO ISSUES WITH COMPONENTS AT TIME OF INSTALL. 10. Risk Control NOT APPLICABLE 11. Place of Performance. LOUIS STOKES CLEVELAND VAMC STERILE PROCESSING DEPARTMENT 10701 EAST BLVD CLEVELAND, OHIO 44106 12. Period of Performance Install will be completed 10 business days after delivery. 13. Delivery Schedule. 90 days after contract award EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 20 December 2017 at 3:00 PM EST. Questions shall be emailed to percy.johnson2@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 21 December 2017. Percy Johnson Contract Specialist Network Contract Office (NCO) 10 Office: 614 257 5534 Email: percy.johnson2@va.gov Evaluations will be conducted under FAR Part 13 and any subsequent award will be made to the offeror that provides the Lowest Price Technically Acceptable to the Government. A proposed delivery/installation schedule is to be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0197/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0197 36C25018Q0197_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973079&FileName=36C25018Q0197-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973079&FileName=36C25018Q0197-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04771272-W 20171221/171219231453-101cb38941236308cf808ec71d7c30df (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.