The RFP Database
New business relationships start here

Zeiss FORUM Ophthalmic Image and Data Management System Software


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 2 of 2

Request for Quote (RFQ) #: 36C25919Q0564
Zeiss FORUM Ophthalmic Image and Data Management System Software

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

** Quotes are to be provided to Matt Zorch at paul.zorch@va.gov no later than 4:00pm EST, August 30, 2019.

Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0564. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 effective July 12, 2019.

The North American Industrial Classification System (NAICS) code for this procurement is 339115 with a small business size standard of 1,000 employees. This solicitation is set aside for SDVOSB concerns.

List of Line Items;

Line Item
Description
Quantity
Unit
Unit Price
Total Price
0001
FORUM Basic License Package
1
EA


0002
FORUM Viewer (V3)
9
EA


0003
Glaucoma Workplace 3.1
1
EA


0004
FORUM Glaucoma Workplace 3.1 License
9
EA


0005
Zeiss Retina Workplace 2.0.1
1
EA


0006
Zeiss Retina Workplace User License
9
EA


0007
FORUM-DICOM Interface License to CZM Instrument (V3)
5
EA


0008
FORUM Interface License to 3rd Party DICOM Instrument (V3)
3
EA


0009
FORUM-EMR Package Incl. HL7
1
EA


0010
Zeiss OS | HFA II-I V5.0 NETPRO w/DICOM 2.0 Gateway
2
EA


0011
Pro-Zeiss OS Upgrade Cirrus Instrument Review Software to Cirrus Review Software 8.1 Local Database (Includes RPQ and GC Analysis) (10-Oack) with Remote Installation
1
EA


0012
FORUM on-site Installation and Training
1
EA


0013
Pro Zeiss OS Enterprise Architecture Design
Not to Exceed (NTE)
60
HR


0014
Pro-Zeiss OS Connectivity Service Plan, Annual
1
YR


0015
Warranty from Manufacturer
1
EA
-------------
-----------------
1001
Pro-Zeiss OS Connectivity Service Plan, Annual (Option Year 1)
1
YR


2001
Pro-Zeiss OS Connectivity Service Plan, Annual (Option Year 2)
1
YR


3001
Pro-Zeiss OS Connectivity Service Plan, Annual (Option Year 3)
1
YR


4001
Pro-Zeiss OS Connectivity Service Plan, Annual (Option Year 4)
1
YR



Grand Total:

Description of Requirements for the items to be acquired (salient characteristics);

Zeiss FORUM Ophthalmic Image and Data Management System Software

Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 2360 E Pershing Blvd
Cheyenne, WY 82001

52.212-1, Instructions to Offerors--Commercial
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. 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.

Submission of quote shall include the following volumes: (I) Price, (II) Narrative to Support the General Standards of Responsibility

Volume I Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

Volume II General Standards of Responsibility - To assist the contracting officer in determining if the general and special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award.

General Standards of Responsibility:

G1: Offeror shall provide letters of authorization from the manufacturer for each OEM product stating that they are an authorized distributor/reseller.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

(a) Basis of Award. This procurement is being conducted pursuant to FAR Part13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is the sole evaluation factor. Offerors who fail to meet any standard of responsibility will not be eligible to receive contract award.

(b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.

(End of Addendum to 52.212-2)

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.203-6
Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)
FAR 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)
FAR 52.219-8
Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));
FAR 52.219-28
Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))
FAR 52.222-3
Convict Labor (June 2003) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
FAR 52.222-37
Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
FAR 52.222-50
Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
FAR 52.225 5
Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)
FAR 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)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)


Additional contract requirements or terms and conditions:

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/

The following FAR clauses are incorporated by reference:

52.204-7 System for Award Management
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract

The following VAAR clauses are to be incorporated by reference:

852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008)

52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

The following FAR provisions are to be incorporated by reference:

The following VAAR provisions are to be incorporated by reference:

852.273-70 Late Offers (JAN 2003); 852.273-72B Alternate Evaluation (JAN 2003); and 852.273-74 Award Without Exchanges (JAN 2003).

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm EST, August 30, 2019.

Name and email of the individual to contact for information regarding the solicitation:

Matt Zorch
Paul.zorch@va.gov

Matt Zorch

paul.zorch@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP