65--ZEISS FORUM

expired opportunity(Expired)
From: Federal Government(Federal)
36C26019Q0254

Basic Details

started - 13 Feb, 2019 (about 5 years ago)

Start Date

13 Feb, 2019 (about 5 years ago)
due - 27 Feb, 2019 (about 5 years ago)

Due Date

27 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C26019Q0254

Identifier

36C26019Q0254
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 6 of 6 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR ZEISS FORUM General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26019Q0254 Posted Date: 02/13/2019 Original Response Date: 02/27/2019 Current Response Date: 02/27/2019 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 333314 Contracting Office Address Network Contracting Office 20 5115 NE 82nd Ave, Suite 102 Vancouver, WA 98662 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation
document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 500 Employees. The Eugene Community Based Outpatient Clinic 3355 Chad Dr. Eugene, OR 97408 is seeking to purchase a Zeiss Forum Archive and Viewer Hardware/Software. Brand Name or Equal to Ziess OS. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit Price Total Price 1 000000-2131-3312-PRO ZEISS OS | FORUM ARCHIVE AND VIEWER PKG. (V4.0) (INCL: 1 ARCHIVE, 3| VIEWER, 3 DICOM CZM INSTR. CONNECTION) 1 2 306601-8530-1100-PRO ZEISS OS | FORUM VIEWER LICENSE, FLOATING (V3)| 5 3 000000-2133-3358-PRO ZEISS OS | FORUM VIEWER LICENSE - VOLUME PACK 10X| 1 4 000000-2259-0029-PRO CARL ZEISS MEDITEC, INC. | GLAUCOMA WORKPLACE 3.1| 1 5 000000-2020-2237-PRO ZEISS OS | FORUM GLAUCOMA WORKPLACE USER LICENSE (V3)| 5 6 000000-2133-3 360-PRO ZEISS OS | FORUM GLAUCOMA WORKPLACE USER - VOLUME PACK 10X| 1 7 306601-8530-1101-PRO ZEISS OS | FORUM BI-DIRECTIONAL DICOM INTERFACE LICENSE TO CZM| INSTRUMENT (V3) 1 8 306601-8530-1 103-PRO ZEISS OS | FORUM INTERFACE LICENSE TO 3RD PARTY DICOM| INSTRUMENTS INCLUDES LINK NET 1.0 + 3RD PARTY DICOM INSTRUMENT 11 9 000000-2083-8851-PRO CARL ZEISS MEDITEC, INC. | FORUM-EMR PACKAGE INCL. HL7| 1 10 000000-2076-7772-PRO ZEISS OS | UPGRADE CIRRUS INSTRUMENT REVIEW SOFTWARE TO| CIRRUS REVIEW SOFTWARE 8.1 LOCAL DATABASE (INCLUDES RPE AND GC ANALYSIS) (10-PACK) WITH REMOTE INSTALLATION 1 11 266002-1131-9909-PRO ZEISS OS | CARL ZEISS MEDITEC, INC. | FORUM ON-SITE INSTALLATION & TRAINING 1 12 266002-1150-8893-PRO ZEISS OS | Enterprise Architecture Design (per hour)| 80 13 266002-1130-0065-PRO 13 ZEISS OS | Connectivity Service Plan, Annual| 1 Salient Characteristics: Must have capability of saving raw imaging data on standalone server and have capability of simultaneous transfer of and saving of data to VISTA IMAGING for image back up. Image and data management software must interface with all individual diagnostic technologies currently used in the eye clinic. Software must have capability of manipulating captured raw data for use of proprietary progression analysis for Zeiss Humphrey Field Analyzers, which are the visual field devices currently used at both Roseburg and Eugene eye clinics. Software licensing must allow software viewing program to be installed and viewed on multiple VA approved computer systems so that all imaging results can be viewed and interpreted by providers without having to view results on actual imaging devices. Must be technically compatible with existing equipment network all DICOM capable ophthalmic devices HEID. SPECTRALIS HRA+OCT, TOPCON TRC ICG 50DX, HAAG STREIT Lenstar LS900, TOPCON NIKON C SLIT LAMP CAMERA, QUANTEL MEDICAL : ULTRASOUND AVISO 5.0.0, HFA 3 750i, ATLAS K TOPOGRAPHER ATLAS 9000. without additional computer systems linking to the equipment, and is approved to map all ophthalmic instruments directly to VISTA IMAGING without additional consults or workload or staff. Must meet and adhere to all VA regulations that dictate equipment and networking security. This is needed to network and backup all existing ophthalmic equipment used for ancillary testing in the eye clinics both in Roseburg and Eugene, and will serve to integrate both facilities into unified database that can be accessed easily at either site, on demand. In addition, this will allow providers to review and interpret critical patient test results without having to view the results on the imaging instrument itself, thus improving patient care and clinic flow and maximizing efficiency and volume. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms FOB destination. The contractor shall deliver line item(s) Deliver to: Department of Veterans Affairs Eugene Community Based Outpatient Clinic 3355 Chad Dr. Eugene, OR 97408 Country: United States The Government will award a contract resulting from this solicitation to the responsible quoter 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: This evaluation will be based on Technical and Price, Technical more important than price Technically acceptable means the offeror must meet all requirements. Partial offers will not be accepted. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR Number Title Date 52.204-18 52.204-13 52.211-6 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE SYSTEM FOR AWARD MANAGEMENT MAINTENANCE BRAND NAME OR EQUAL JUL 2016 OCT 2018 AUG 1999 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 852.211-70 852.219-10 852.219-74 852.232-72 COMMERCIAL ADVERTISING SERVICE DATA MANUALS VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE ELECTRONIC SUBMISSION OF PAYMENT REQUESTS MAY 2018 NOV 1984 JUL 2016 JUL 2018 NOV 2018 852.246-71 852.247-71 REJECTED GOODS DELIVERY LOCATION OCT 2018 OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018 The following subparagraphs of FAR 52.212-5 are applicable: (b)(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). (b)(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (b)(22) 22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). (b)(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (b)(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). (b)(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (b)(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (b)(29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (b)(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (b)(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (b)(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (b)(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (b)(46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). (b)(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (b)(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). All quoters shall submit the following: A copy of the quote or offer, a copy of their authorized distributor letter. If quoting Equivalent Product, a detailed demonstration of equivalency is required. All quotations, shall be e-mailed to Gregory.watson2@va.gov. Please include the solicitation number (36C26019Q0254) in the subject line. This is an open-market combined synopsis/solicitation for products as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quote shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 5 PM PST 2/27/19 e-mailed to Gregory.watson2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Gregory Watson Gregory.watson2@va.gov . Point of Contact Gregory Watson Contract Specialist, Supply Team 2, Medical Equipment Network Contracting Office (NCO) 20 US Department of Veterans Affairs Office: (360) 553-7602 Email: gregory.watson2@va.gov

Department of Veterans Affairs;Eugene Community Based Outpatient Clinic;3355 Chad Dr.;Eugene, OR 97408 USALocation

Place Of Performance : Department of Veterans Affairs;Eugene Community Based Outpatient Clinic;3355 Chad Dr.;Eugene, OR 97408 USA

Country : United States

You may also like

PROAIM ZEISS MAINTENANCE AND SERVICE CONTRACT

Due: 31 Aug, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Sources Sought - Maintenance of Carl Zeiss Brand Surgical Microscopes

Due: 01 May, 2024 (in 5 days)Agency: DEPT OF DEFENSE

ZEISS AXIOSCAN SLIDE SCANNER

Due: 17 Dec, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

333 -- Machinery Manufacturing/333314 -- Optical Instrument and Lens Manufacturing
naicsCode 333314
pscCode 65MEDICAL/DENTAL/VETERINARY EQPT/SUPP