The RFP Database
New business relationships start here

Commodities-544-19-2-126-0040-OPMI Lumera 700 Sys-OR-544 (VA-19-00047475)


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

Solicitation Number: 36C24719Q0580
Notice Type: Combined Synopsis/Solicitation
Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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.
(ii) The solicitation number is 36C24719Q0580 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total service disabled veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 334516.
(v) This requirement consists of the following: Brand name or equal
ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED
OR STOCK NO. UNIT COST
-----------------------------------------------------------------------------
2111-614-01SF
FS 1 CARL ZEISS MEDITEC, INC. FLOOR STAND
- OPMI LUMERA 700 SYSTEM 1 EA


2111-614-10FC
CPC6 2 CARL ZEISS MEDITEC, INC. 6M CABLE
FOR 14FCT. FCP - OPMI LUMERA 700
SYSTEM 1 EA


2111-614-10FC
CPWL 3 CARL ZEISS MEDITEC, INC. WIRELESS
FOOT CONTROL PANEL - OPMI LUMERA 700
SYSTEM 1 EA


2111-614-10LS
S1XE 4 CARL ZEISS MEDITEC, INC. | XENON|
SUPERLUX EYE - OPMI LUMERA 700 SYSTEM 1 EA


2111-614-10OH
HD 5 CARL ZEISS MEDITEC, INC. | OVERHEAD|
DISPLAY - OPMI LUMERA 700 SYSTEM 1 EA


2111-614-10TB
BFS 6 CARL ZEISS MEDITEC, INC.
TRANSP.BAGGAGE(FLOOR,S/U) - OPMI
LUMERA 700 SYSTEM 1 EA


2111-614-20AS
SEZ 7 CARL ZEISS MEDITEC, INC. |
ASSISTANT| SCOPE W/EL.ZOOM - OPMI
LUMERA 700 SYSTEM 1 EA


2111-614-30AL
L128D 8 CARL ZEISS MEDITEC, INC.
000000-2111-61430AL128D - OPMI LUMERA
700 SYSTEM 3 EA

2111-614-30AL
L60D 9 CARL ZEISS MEDITEC, INC. | 60D
ASPHERIC| LENS - OPMI LUMERA 700
SYSTEM 3 EA


2111-614-30ID
DIS 10 CARL ZEISS MEDITEC, INC. |
INT.DATA| INJECTION SYSTEM - OPMI
LUMERA 700 SYSTEM 1 EA


2111-614-30MT
TRAY 11 CARL ZEISS MEDITEC, INC. | RESIGHT|
METAL TRAY - OPMI LUMERA 700 SYSTEM 3 EA


2111-614-30RE
E700 12 CARL ZEISS MEDITEC, INC. | RESIGHT

700 -| OPMI LUMERA 700 SYSTEM 1 EA


2111-614-30SE
ETDOVE 13 CARL ZEISS MEDITEC, INC. | SET
DOVETAIL| MOUNT RESIGHT - OPMI LUMERA
700 SYSTEM 1 EA


2111-614-30ST
TLH200 14 CARL ZEISS MEDITEC, INC. | 1 LENS|
HOLDER F200 - OPMI LUMERA 700 SYSTEM 3 EA


2111-614-40PH
HD 15 CARL ZEISS MEDITEC, INC. | 1CHIP
HD| CAMERA - OPMI LUMERA 700 SYSTEM 1 EA

2111-614-50CA
AL351B 16 CARL ZEISS MEDITEC, INC. | CALLISTO
EYE,| V3.5.1 BASIC - OPMI LUMERA 700
SYSTEM INCLUDES 1/EA ITEM CODE
000000-2111-614-50CAL36B CALLISTO EYE,
V3.6.1 BASIC 1 EA


2111-614-50CA
ALMLESS 17 CARL ZEISS MEDITEC, INC. | CALLISTO
EYE| ASSI MARKERLESS - OPMI LUMERA 700
SYSTEM | 1/EA| INCLUDES 1/EA ITEM CODE
000000-2111-614-50CAL36M CALLISTO EYE
V3.6.1 MARKERLESS 1 EA


2111-614-50CE
EFSI 18 CARL ZEISS MEDITEC, INC. |
INT.CALLISTO| EYE FLOOR STAND - OPMI
LUMERA 700 SYSTEM 1 EA


2111-614-60AC
C22 19 CARL ZEISS MEDITEC, INC. | ASEPSIS
CAPS| 22 MM - OPMI LUMERA 700 SYSTEM 1 EA


2111-614-60AC
CBS 20 CARL ZEISS MEDITEC, INC. | BASIC
SET -| OPMI LUMERA 700 SYSTEM 1 EA


2111-614-60HG
G 21 CARL ZEISS MEDITEC, INC.
RESTERILIZ.HANDGRIPS(6PACK) - OPMI
LUMERA 700 SYSTEM 1 EA

2111-614-90EP
P10 22 CARL ZEISS MEDITEC, INC. |
EYEPIECE| 10X,2PC - OPMI LUMERA 700
SYSTEM 1 EA


2111-614-90EP
P10A 23 CARL ZEISS MEDITEC, INC. |
EYEPIECE| 10X,2PC - OPMI LUMERA 700
SYSTEM 1 EA


2111-614-90O2
200 24 CARL ZEISS MEDITEC, INC. |
OBJECTIVE| LENS F=200MM - OPMI LUMERA
700 SYSTEM 1 EA

2111-614-90TI
IM 25 CARL ZEISS MEDITEC, INC.
INVERTERTUBE E INCL. ASEPSIS - OPMI
LUMERA 700 SYSTEM 1 EA


2111-614-90TI
IMA 26 CARL ZEISS MEDITEC, INC.
INVERTERTUBE E MOT. W/ASEPSIS - OPMI
LUMERA 700 SYSTEM 1 EA


1412-349 27 THIS ITEM INCLUDED AT NO ADDITIONAL
CHARGE WHEN PURCHASED WITH THIS QUOTED
SYSTEM*** ZEISS MS | Fixed PSF
Trion/532s for Zeiss/Moller| 2 EA

266002-1144-9
956 28 **THIS ITEM INCLUDED AT NO
ADDITIONAL CHARGE WHEN PURCHASED WITH
THIS QUOTED SYSTEM** CARL ZEISS
MEDITEC, INC. | LUMERA 700| EXTENDED 1 EA


2111-614-60AC
C22 29 CARL ZEISS MEDITEC, INC. | ASEPSIS
CAPS| 22 MM - OPMI LUMERA 700 SYSTEM 3 EA


2111-614-60HG
G 30 CARL ZEISS MEDITEC, INC.
RESTERILIZ.HANDGRIPS (6PACK) - OPMI
LUMERA 700 SYSTEM 3 EA


SALIENT CHARACTERISTICS

OPMI LUMERA 700 is a surgical microscope intended for the illumination and magnification of the surgical area and for the support of visualization in surgical procedures for both the anterior segment of the eye (e.g. cataract, cornea, glaucoma) and, when used in combination with the RESIGHTB. non-contact fundus viewing system, the posterior segment of the eye (retina, vitreous).
** SPECIFICATIONS **
OPTICS:
B7 Magnification:

Main Microscope: 3.5x - 21x, Motorized zoom system with apochromatic optics, 1:6 zoom ratio, magnification factor = 0.4x - 2.4x.
Assistant Microscope (optional): 3.5x - 21x, Motorized zoom system with apochromatic optics, 1:6 zoom ratio, magnification factor = 0.4x - 2.4x.
B7 Focusing: Motorized, focusing range 70 mm (30 mm downward/40 mm upward)
B7 Objective lens: focal length, f = 200 mm or f = 175 mm
B7 Tubes / eyepieces: 180B0 tiltable binocular tube, f = 170 mm, 10x widefield eyepieces

MECHANICALS:
B7 Microscope tilt mechanism: With self-locking control gear, manually adjustable via rotary knob, Tilt angle B1 90B0/-20B0
B7 X-Y coupling Adjustment range: max. 61 mm x 61 mm, Automatic centering at the press of a button
B7 Electromagnetic clutches

ELECTRICAL:
B7 Rated voltage: 115 V (100-125 V~ B1 10%), 230 V~ (220-240 V~ B1 10%)
B7 Current consumption: 115 V~ max. 10 A, 230 V~ max. 8 A
B7 Rated frequency: 50-60 Hz
B7 Illumination:

Halogen: 2 halogen reflector lamps 12 V 100 W in quick-change module for light guide, with blue barrier filter and KK 40 filter, Fully automatic lamp change.
Superlux Xenon: Xenon short-arc reflector lamp, Color temperature: approx. 5000 K, Rated power: 180 W, Blue barrier filter (retina protection filter), HaMode filter or fluorescence excitation filter, Backup lamp in lamp housing, manually selectable.
DIMENSIONS:
Floorstand:
Suspension arm: Length: 850 mm, Lateral tilt angle: 320B0, Travel: +360 mm / -360 mm
Carrier arm: Length: 450 mm, Lateral tilt angle: 320B0
Stand height: 1880 mm
Base (dimensions): 805 x 805 mm
Maximum permissible load on the suspension arm when the surgical microscope (without tube, eyepieces,objective lens) and the XY coupling are mounted: 9 kg.


(vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources
(vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation.
The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.
To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:


1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items.
2. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.
3. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items.
4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov
SDVOSB s must be registered in VetBizOpps:B https://www.vip.vetbiz.gov/


(viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition:
52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a
(xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions.
(xv) Site Visit: N/A

(xvi) QUOTES/OFFERS ARE DUE May 29, 2019, at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award.

(xvii) Contact information
Contracting Office Address:
Network Contracting Office 7-SAO EAST
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412

SHIP TO ADDRESS:

WJB DORB VAMC
BLDG 100 Warehouse
6439 Garners Ferry Road
Columbia SC 29209
Attn: Leland Woerner 803-776-4000 x6579
Leland.woerner@va.gov

Primary Point of Contact:
Michael Giffon
Michael.giffon@va.gov
843-789-6682

Michael Giffon
michael.giffon@va.gov
843-789-6682

Michael.Giffon@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP