Federal Bid

Last Updated on 07 Sep 2003 at 5 AM
Solicitation
Location Unknown

65 -- RETINAL FUNDUS CAMERA SYSTEM

Solicitation ID 618-131-03
Posted Date 01 Aug 2003 at 5 AM
Archive Date 07 Sep 2003 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Medical Center
Agency Department Of Veterans Affairs
Location United states
This is a combined synopsis/solicitation. Request for Quotation #RFQ-618-131-03 entitled "Retinal Fundus Camera System" is hereby issued for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under FAR Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 01-15 and VAAR 97-10. NAICS Code 423450 applies for this procurement (formerly SIC code 7011) and the small business size standard is $5 million. This procurement is a 100% small business set aside. This CBD announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for facility must also be included in proposal/bid package. 1) One (1) each system to interface with a Topcon 50IX retinal fundus camera. With the following minimum requirements: Intel PC with Windows 2000 operating system, 512 MB RAM minimum, high capacity system hard drive (100GB minimum), high capacity drive (200GB minimum) for local image storage. With 22=94 high-resolution color monitor, DVD-RAM and CDRW drives for image transfer to clinical trial reading sites, keyboard, mouse, 6x8 graphic input tablet with pen. . 2) One (1) each color digital-capture camera with minimal resolution of 1300x1000 for color imaging. 3) One (1) each monochrome digital-capture camera with minimal resolution of 1300x1000 for, fluorescein Angiography and ICG Angiography imaging 4) Three (3) each stereo image viewing system utilizing LCD shutter glasses. 5) One (1) each battery back-up. 6) One (1) each computer table. 7) Video alignment and focusing system for ICG angiography 8) One (1) each software interface optimized to minimize steps needed to perform and complete an exam. Certified for clinical trial use. With ability to connect to established computer networks and servers. Database capable of integration into spreadsheets for tracking and data analysis purposes (SQL complaint). Capable of importing images into system database from external sources. Photodynamic Therapy (PDT) calibration and analysis tools, MPS rings, image mapping and overlay allowing for alignment of images for treatment and tracking result outcomes. Image sequencing and animation to show progression of dye through retina and choroidal circulations, image enhancement for individual and multiple sets of images. Ability to comply with DICOM standards. Full resolution printing of image files. Software and Hardware must be adaptable to allow expansion for clinical usage and new technology. 9) Software license for two review stations. 10) Set up and Installation. 11) Training expenses. 12) F.O.B. : Destination. This will be a firm fixed price contract. Evaluation of proposals offered will include the following factors: capability to meet the Government's requirement; past performance and price. Capability to meet the Government's requirement and past performance, when combined, are significantly more important than price. Award will be made to the offeror determined to be the "best value" to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation : Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE : Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions : Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders : Commercial Items; FAR 52.216-18 : Ordering; FAR 52.216-19 : Order Limitations; FAR 52.216-21 : Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals to Lee Leonard Wiech, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Lee Leonard Wiech at (612) 725-2178. Offeror's proposals are due by Close of Business on August 8, 2003. Faxed proposals will not be accepted.
Bid Protests Not Available

Similar Past Bids

Chinle Arizona 09 Mar 2016 at 11 PM
Location Unknown 18 Jun 2019 at 4 PM
Location Unknown 15 Aug 2008 at 5 PM
Location Unknown 21 Jul 2009 at 2 PM
Fort huachuca Arizona 25 Feb 2014 at 4 PM

Similar Opportunities

Northport New york 17 Jul 2025 at 8 PM
San antonio Texas 31 Jul 2026 at 6 PM
Minneapolis Minnesota 13 Jul 2025 at 4 AM (estimated)
Minneapolis Minnesota 13 Jul 2025 at 4 AM (estimated)