Stereo Coaxial Illumination (SCI) for highly stable and high contrast red reflex. Every detail is clearly recognizable even with advanced cataracts. There is increase workflow effieciency with marker less toric IOL alignment. Manual steps can be skipped with guided matching and the surgeon controlled worklow.
Light intensity is optomized with magnification and concentration of live image with the guided image quality check.
DPM currently owns Resight trays that are compatible with the OPMI Lumera 700 microscope. Also the microscope drape we purchase is also compatible. If any other microscope is purchases the trays will have to be replaced and the
consumable items will have to be replaced as well. Also the department owns lenses that attach to the microscope. Those will also have to be replaced with this purchase if any other microscope is purchased.
A full range of items needed are as follows: Carl Zeiss Meditec Manufacturer
1EA-01SFS-UMERA 700 system,flor stand
1EA-10FCPC6-cable 6M
1EA-10FCPWL-wireless foot control panel
1EA-10LS1XE-xenon superflux eye
1EA-10OHD-Overhead display for system Information
1EA-10TBFS-Transport box for OPMI lumera 70C vario 700 floor stand (single Use without solid wood)
1EA-20AEZ-integrated assitant microscope with electrical zoom
3EA-30AL128D-128D aspheric lens
3EA-30AL60D-60D Aspheric lens
3EA-30MTRAY-Resight metal tray
1EA-30RE700-Resight 700 electrical
1-3EA-30SETDOVE-set dovetail mountain resight
1Ea-30STLH175- sterile lens Holder F=175
1EA-40IHDR-Integrated HD Video recording
1EA-40MI-Integrated 22" Monitor
1Ea-40TEHD-Integrated Medilive Trio Eye HD Camera
1EA-60ACBS-Basic set including 22MM Asepsis caps 2pk of6
resterilizable handgrips OPMI LUMERA 700
1Ea-90ep10 2 wide-field pushin eyepieces 10X with diopter use with or without glasses
1EA-90EP10A-2X widefield push-in eye pieces 10X
1EA-90O175-Objective Lens F=175 Apochrhromatic
90TIM-Electric invertube incl 6-pk 22MM asepsis caps 1PC
1EA-000000-1396-571 Trade -in of existing OPMI Lumera 700 system sn#6634101600 and resight 700
This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b)(i) allowing the Contracting Officer (CO) to solicit from one source. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Each response should include the following Business Information:
a. DUNS.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1
Delivery
Location: The Equipment delivery location - National Institutes of Health, 9000 Rockville Pike, Bldg 10,Room 2C529 Bethesda, MD 20892.
• Respondents must respond to this notice by June 15, 2018 10:00am Eastern Time to India Payne by email i[email protected]