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. This solicitation is issued as a solicitation number VA248-15-Q-1793 in accordance with FAR Parts 12 &13 and is issued as a Request for Quotes. This solicitation document and incorporated provisions and clauses effect through Federal Acquisition Circular 2005-82. The start 08/10/2015 and will end 08/25/2015 at 16:00 pm EST and is set aside for 100% small business. No telephone requests will be accepted. Only written requests received directly from requester are acceptable. It is the Offerors responsibility to ensure that quote is received. The applicable North American Industry Classification System Code (NAICS) is 339113 Surgical and medical Instrument manufacturing; the size standard is 500 employees. All responsible sources may submit a quote, which if received timely, will be considered by the NCO8 Contracting Office Bay Pines.
Contractors interested in providing this product should submit their quotes via email to
[email protected]. Quotes shall be received 08/25/2015 at 16:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Bruce Parrish, Contracting Specialist by phone at 727-399-3301 or fax 727-399-3346.Please read and comply with all requirements for submitting a quote. Please note: Failure to comply with all instructions contained within this Synopsis/Solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein.
ITEM DESCRIPTION: Bradenton CBOC has a requirement for 1 Optical Coherence Tomography CIRRUS HD-OCT (Carl Zeiss) with accessories. See the following salient characteristics that must be met at a minimum for the OCT system. The equipment and quantities are as follows:
CLIN PRODUCT DESCRIPTION QTY
0001 266002-1150-263 ZEISS O/S \F\ CIRRUS HD-OCT (MODEL 5000)\F\ VERSION 7.0 W/FASTRAC, ALL PRIOR LICENSED FEATURES, ADVANCED RPE, GCA, ANTERIOR SEGMENT, CP DATA, PRINTER & TABLE \F\ 1
0002 Warranty ONE YEAR WARRANTY ON ALL PRODUCTS EXCEPT LASERS WHICH HAVE A TWO YEAR WARRANTY 1
0003 0231-138 Installation 1
0004 0235-122 Training 1
The system is integral for the diagnosis, treatment and follow-up for variety of ophthalmologic conditions so compatibility with our current instrument at the main Bay Pines VAHCS facility is very important. See the following salient characteristics that must be met a minimum for the OCT system.
OCT Imaging
Methodology Spectral domain OCT
Optical source Superluminescent diode (SLD), 840 nm
Scan speed 27,000-68,000 A scans per second
A-scan depth 2.0mm (in tissue), 1024 points
Axial resolution 5 um (in tissue)
Transverse resolution 15 um (in tissue)
Cube scan pattern 512 x 126 with over >67 million data ports and 47um spacing between lines
Cube scan pattern 200 x 200 with over >40 million data ports and 30um spacing between lines
Fundus Imaging
Methodology Line scanning ophthalmoscope (LSO)
Live fundus image during alignment and during OCT scan
Optical source Superluminescent diode (SLD), 750nm
Field of view 36 degrees W x 30 degrees H
Frame rate >20 Hz
Transverse resolution 25 um (in tissue)
Iris Imaging
Methodology CCD Camera
Resolution 1280 x 1024
Live iris image During alignment
Electrical and Physical
Weight 80 lbs.
Dimensions of instrument 26L x 18W x 21H (in)
Dimensions of table 39L X 22W (in)
Fixation
Internal fixation focus adjustment -20D to +20D (diopters)
Electrical rating (115V) Single Phase, 100-120V~systems: 50/60Hz, 5A
Electrical rating (230V) Single Phase, 200-240V~systems: 50/60Hz, 2.5A
Internal Computer
Operating system/processor Windows 7, i& Intel processor
Memory
Hard drive/internal storage >=750 GB
> 80,000 scans
Display Integrated 19" color flat panel display
USB ports 6 ports
Additional Comments- OCT shall include:
1) The new OCT shall be compatible with VISTA imaging, and allow us to take digital scans of the optic nerves, macula, and retina to help diagnose, treat, and manage eye diseases
2) The new OCT shall be compatible with the current system at the Bay Pines VAHCS main facility so scans can be compared to prior scans. Patients are likely to be seen in both facilities (for example, if they need both optometry and ophthalmology services. Standardization is needed for streamlining training, service and support.
3) The new OCT shall be compatible with FORUM, so scans from Bradenton CBOC can be compared to scans from the Bay Pines VAHCS and vice-versa. The Bradenton CBOC currently has a Cirrus model. Therefore, this data must be compatible with Cirrus data. DATA MUST BE USED IN A COMBINED GLAUCOMA REPORT WITH HFA VISUAL FIELD DATA.
4) The new OCT shall offer optic nerve head analysis and provide RNFL (retinal nerve fiber layer) imagery. The OCT must be compatible with FORUM to provide seamless Progression Analysis for ONH/RNFL and Macular change analysis. IN ORDER FOR THIS TO WORK, IT MUST COMPARE DATA FROM THE SAME INSTRUMENT.
5) The OCT shall be compatible with FORUM to use in combined glaucoma reporting with HFA visual field data. The new OCT must have the ability to produce a combined report including OCT and HFA visual field data.
6) The new OCT MUST measure RNFL the same way as all past scans in a patient's chart, in order to compare change. The OCT shall have the capability to provide seamless ONH and macular change progression analysis incorporating OCT scans collected during the previous five years. The new OCT must measure RNFL data in a format compatible with all past scans currently in a patient's chart. This is necessary to compare change or progression.
7) The new OCT shall offer layer maps in the analysis, for "at a glance" detection of subtle pathology
8) The new OCT shall offer Ganglion Cell Analysis
9) The new OCT shall automatically track fixation and the ONH during scanning and automatically realign post-scan. It cannot be manual.
10) The new OCT shall have the ability to combine OCT and visual fields data into a single report.
The vendor must be able to provide timely on-site support when needed.
52.212-2 Instructions to Offerors- Commercial Items (JUL 2013)
Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The response shall consist of Four (4) separate parts; Part I - Technical, Descriptive/Specification Literature, Part II- Past Performance and Part III - Socioeconomic Status and Part IV Price.
Offerors responses shall be submitted in accordance with the following instructions:
1. Format. The proposal submission shall be clearly indexed and logically assembled. All pages of each index shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
2. File Packaging. Files may be compressed (zipped) into one file entitled "quote.zip" using a file compression program (i.e. WinZip) or quote files may be submitted individually.
3. Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
a. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) and its Alternate I (Alt I) (Oct 2014) must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at: (http://www.acquisition.gov.). If not completed online, 52.212-3 Alt I shall be completed in hard copy and submitted with quote, which this provision is included within this solicitation. Subject provisions are available at http://farsite.hill.af.mil.
b. Price quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. Quotes received with FOB: Other than Destination need provide the estimated shipping charges with their quote as a separate line item. Delivery is required no later than 30 days after receipt of order (ARO).
c. The System for Award Management (SAM), contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.sam.gov).
d. Provide a written statement that the offeror's quote incorporates all amendments to the solicitation (if applicable).
The provision at FAR 52.212-2, Evaluation- Commercial Items apply to this acquisition:
52.212-2 Evaluation - Commercial Items (Oct 2014)
a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. PART I - Technical - Offerors must submit salient characteristic information (Descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics requirement in contract line items (CLINs 0001 through 0004)
2. PART II - Past Performance -Offerors must provide at least three recent and relevant past performance references (including point of contact with email address, telephone numbers, a description of product/work performed, and any other relevant information. This is also to include the individual(s) responsible for the installation of Optical Coherence Tomography. You will not need to submit dossiers of the entire team who is responsible for installation of the Optical Coherence Tomography, but at a minimum please provide this information for the lead supervisor of the team and/or the individual(s) responsible for calibration of the Optical Coherence Tomography.
3. Part III - Socioeconomic Status
a. Service-Disabled Veteran Owned Small Business
b. Veteran Owned Small Business
c. Other Small Business Status
4. Part IV - PRICE - Submit on company letterhead the unit price for each line item to include extended price with an overall total price. Pricing must include unit price set up/installation and onsite training.
When 1, 2, and 3 are combined they are significantly more important than price alone.
Paragraphs b and c are not applicable as shown below:
b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
c. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award
(End of provision)
FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition.
ADDENDUM TO FAR 52.212-4(c) CHANGES
Text in paragraph (c) is deleted and replaced with the following:
Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b).
FAR 52.212-5, Contract Terms and Conditions Required to Implement status or Executive Orders- (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(viii) 52.222-41, Service Contract Act of 1965, (May 2014), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
____ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. 351, et seq.)
(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
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 this address:
http://farsite.hill.af.mil
(End of Clause)
Additional FAR clauses by reference cited in the clause applicable to this acquisition are:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37, Employment Reports on Veterans (JUL 2014)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013)
FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
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 this/these address (es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
VAARS clauses cited in the clause applicable to this acquisition are:
852.203-70 Commercial Advertising (JAN 2008)
852.211-73 Brand Name or Equal (JAN 2008)
852.215-71 Evaluation Factor Comments (DEC 2009)
852.232-72 Electronic Submission of Payment Request (NOV 2012)
852.246.70 Guarantee (JAN 2008)
852.246-71 Inspection Alternate I (JAN 2008)
FAR Provisions cited in the clause applicable to this acquisition are:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
52.212-2 Evaluation-Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certification-Commercial Items (MAR 2015)
VAARS Provisions cited in the clause applicable to this acquisition are:
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009)
852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71 Alternative Protest Procedure (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)
852.273-74 Award without Exchanges (JAN 2003)
Bid Protests Not Available