Statement of Work (SOW)
3
Page 3 of 4
COMBINED SYNOPSIS/SOLICITATION
Zeiss IOLMASTER 700 (or equal)
ALBANY VA MEDICAL CENTER
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0187.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This procurement is being issued as 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB). It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 employees. This solicitation is 100% set-aside for SDVOSBs.
(v) The Contractor shall provide all parts and labor necessary to deliver a ZEISS Operating System IOLMaster 700 with SWEPT Source OCT, Option Reference Image with keyboard, mouse, printer, and table IT1060. This requirement is for Zeiss brand or equal. In order to be considered an or equal product, all of the salient characteristics listed below must be met at the same quality as the requested brand name product. All products shall be delivered in new and unused/unopened condition.
(vi) Description of requirement:
The Albany VA Medical Center has a requirement for:
(1) ea. ZEISS Operating System IOLMaster 700 (p/n 266002-1162-219-PRO)
MANUFACTURERS PART NUMBERPHC115G
WIDTH INCHES23-5/8
DEPTH INCHES24-1/8
HEIGHT INCHES63-3/4
INSIDE WIDTH INCHES19-1/2
INSIDE DEPTH INCHES18-3/4
INSIDE HEIGHT INCHES50
WEIGHT LBS145.0 lbs
CAPACITY CUBIC FEET11.0
COLOR FINISHStainless Steel
DOOR TYPEGlass
LOCK TYPEKey
SHELF QUANTITY4
STYLEFree Standing
SHELF TYPEWire
TEMPERATURE RANGE120 to 150ðF
TYPEWarming Cabinets
VOLTAGE115V AC
HERTZ60 Hz
APPROVAL/REGULATIONSETL
LIMITED WARRANTY1 Year on Parts & Labor
THERMOSTAT TYPEDigital
DOOR SWINGRHD
AMPS5.5
SWEPT Source OCT
Option Reference Image
Keyboard
Mouse
Printer
Table IT1060
Salient Characteristics:
Total time from theÃÂ point of data entry to the completion of the measurement must beÃÂ 130 seconds or less.
Measurement range
Axial length 14 38 mm
ÃÂ
Corneal radii 5 11 mm
ÃÂ
Anterior chamber depth 0.7 8 mm
ÃÂ
Lens thickness 1 10 mm (phakic eye)
ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ ÃÂ 0.13 2.5 mm (pseudophakic eye)
ÃÂ
Central corneal thickness 0.2 1.2 mm
ÃÂ
White-to-white 8 16 mm
Display scaling
Axial length 0.01 mm
ÃÂ
Corneal radii 0.01 mm
ÃÂ
Anterior chamber depth 0.01 mm
ÃÂ
Lens thickness 0.01 mm
ÃÂ
Central corneal thickness 1 m
ÃÂ
White-to-white 0.1 mm
SD of repeatability4
Axial length 9 m
ÃÂ
Corneal radii 0.10 D
ÃÂ
Cylinder > 0.75 D axis 5.6ð
ÃÂ
Anterior chamber depth 10 m
ÃÂ
Lens thickness 19 m
ÃÂ
Central corneal thickness 2 m
ÃÂ
White-to-white 90 m
IOL calculation formulas
Haigis Suite [includes Haigis, Haigis-L (for eyes following myopic/hyperopic LASIK/PRK/LASEK, Haigis-T (for toric IOL power)], Hofferî Q, Holladay 2, SRKî/T.
Interfaces
ZEISS FORUMî eye care data management system
ÃÂ
ZEISS computer-assisted cataract surgery system CALLISTO eye (via USB & FORUM)
ÃÂ
Data interface for electronic medical record (EMR) / patient management systems (PMS)
ÃÂ
Data export to USB storage media
ÃÂ
Ethernet port for network connection and network printer
Line voltage
100 240 V ñ 10 % (self sensing)
Line frequency
50 60 Hz
Power consumption
max. 150 VA
Laser class
1
Delivery to: Albany VA Medical Center: 113 Holland Ave. Albany, NY 12208; FOB DESTINATION
(vii) EVALUATION: Quotes will be evaluated based upon best value to the Government. Technical acceptability is based upon the ability to meet the above specifications, past performance, and pricing.
Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR:
b. GOVERNMENT: Contracting Officer 36C242
Delene Kendrick,
[email protected], 585-297-1460 x72474
(viii) CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management,
(ix) INVOICES: Invoices shall be submitted upon final installation of goods
(x) GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
Tungsten Network
http://www.tungsten-network.com/us/en/veterans-affairs
(xi) ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO
DATE
Quote packages must include the following or responses will be considered non-responsive:
Pricing
Product information that supports the salient characteristics (if offering an or equal product)
Certificate of manufacturer distribution authorization.
Past performance reference supporting current success of proposed product within a VHA Medical Center (if offering an or equal product).
(xii) Quotes are required to be received NO LATER THAN 10:00 AM EST, Tuesday, August 29, 2017. Quotes and supporting documentation must be e-mailed to Delene Kendrick at
[email protected].
(xiii) Direct your questions in writing to Delene Kendrick, Contracting Specialist at:
[email protected].
Bid Protests Not Available