The RFP Database
New business relationships start here

Surgical Camera Visualization Platform


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q0676
Posted Date:
May 22, 2019
Response Date:
June 5, 2019 at 4 p.m. Eastern Standard Time (EST)
Product or Service Code:
Set Aside (SDVOSB/VOSB):
6525
This is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside
NAICS Code:
334510 with a size standard of 1,250 employees
Contracting Office Address
Department of Veterans Affairs
Network Contracting Officer 21
VA Southern Nevada Healthcare System (VASNHS)
6900 N. Pecos Road, Building 6
North Las Vegas, NV 89086
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) for Brand Name or Equal items. The Federal Government contemplates a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
Those providing a quotation should thoroughly review the Price Cost Schedule of Supplies and Services, Salient Characteristics, and be familiar with the requirements of the solicitation prior to submitting a quote in order to be fully aware of the scope of supplies and/or services required. Failure to do so will not relieve the successful quoter from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The Government shall not reimburse any cost not incorporated into the quoter s price, except as otherwise set forth herein.
The San Francisco VA Medical Center, located at 4150 Clement Street, San Francisco 94121 is seeking to purchase a surgical camera visualization platform for its eight (8) surgery suites. Interested companies shall provide Brand Name or Equal quotations of the items in the Price Cost Schedule of Supplies and Services. The Price Cost Schedule of Supplies and Services is an attachment to this solicitation. The manufacturer of the brand name items is Stryker Endoscopy.
Award shall be made to the quoter who is deemed responsible in accordance with the FAR and whose quotation conforms to the solicitation; and whose quote, judged by an overall assessment of the quoter s qualifications specified in this solicitation, meets the technically acceptable standard for the non-price factors and provides the lowest evaluated price. To meet the technically acceptable standards, quotes must conform to the solicitation, and items quoted must be either brand name or meet the salient characteristics of this solicitation. For any quote to be considered, quoter must be a registered service-disabled veteran-owned small business (SDVOSB) in the Vendor Information Pages (VIP) System at https://www.vip.vetbiz.va.gov/. All quoted items shall be new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. If items quoted are not all new, the quote will be rejected as nonresponsive. Delivery shall be F.o.b. destination. Quotes submitted on a basis that is other than F.o.b. destination will be rejected as nonresponsive. Quotes submitted that include any gray market item(s) shall be rejected as nonresponsive.
Gray market items:
(a) Gray market items are 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.
B (b) Vendor 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.
(c) 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 to 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.B
Any quotes submitted for any name brand items must be from an OEM, authorized distributor, authorized reseller, authorized dealer, or authorized partner, or quote will be rejected as nonresponsive.
Before the quote s specified expiration time, the Government may accept a quote (or part of a quote) after its receipt, unless a written notice of withdrawal is received before award.
Salient Characteristics are as follows:
1) Must be compatible with Stryker high definition (HD) video system and SDC4 Hub,
2) Must be an infrared illumination system (IRIS),
3) Platform must be capable of performing real time endoscopic visible and near-infrared fluorescence imaging with activation control of each modality from the camera head,
4) Must have Safelight or equal technology to reduce the risk of operating room fires,
5) Camera heads must provide a brighter image up to one-hundred and fifty (150) percent brightness in dark and posterior compartments,
6) Must have a desaturation button to mitigate the visualization challenges created by bloody surgical environments by sixty-six (66) percent,
7) Platform must have a surgical display that presents critical statuses and power levels of devices like insufflators, light sources, arthroscopy pumps, shavers;
8) Must have full integration with SDC4 hub system,
9) Surgical display screen must display in color, have 4x the resolution of a 1080p image, have 4K pixel density, and be twenty-four (24) pounds or less for easy installation in both integrated and cart-based rooms;
10) Platform must be able to support multiple surgical specialties;
11) Camera heads must be compatible with C-mount scopes,
12) Camera must include CMOS 3-chip camera technology for enhanced light sensitivity and increased patient safety,
13) Endoscopy visualization unit must have digital capture, device control and data connectivity;
14) Device control interface must be intuitive,
15) Platform must have device and voice control of multiple control modalities,
16) Must be able to connect and control camera, light source, insufflator, arthroscopic shaver, arthroscopic RF and arthroscopic pump;
17) Camera head must be able to give surgeon control of all connected clinical devices in the surgical field,
18) Must be able to control the clinical devices directly from the nurses documentation station,
19) Video capture must be able to connect to each existing Stryker clinical device and display critical device status on the surgical monitor being used in the sterile field,
20) Video capture must display status options for pump and insufflation preset pressure, pump and insufflation actual pressure, and light source light levels, arthroscopic shaver revolutions per minutes (RPMs), arthroscopic shaver resection mode, digital capture disc usage and recording formats;
21) Device control of platform must have stored surgeon profile settings for clinical device preferences, custom, procedure-specific annotations, arthroscopic shaver RPMs, arthroscopic pump critical pressure settings, surgical display color preference settings, camera system color/light preference settings and light source power intensity settings;
22) Platform must have an 8 10 multi-touch capacitive touch screen for fast swiping and scrolling,
23) Platform must include USB 3.0 to support complete 4K image and video support from capture and save, and
24) Must include 4K image compression and 4K PiP/PbP/Quad.
The procurement of these commercial supplies and/or services is in accordance with FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures, and the Veterans Affairs Acquisition Regulation (VAAR), as supplemented with additional information in this notice. The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (DEVIATION 2018-O0018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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)
No addenda are attached.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019)
The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, Alternate I of 52.225-3, 52.225-13, and 52.232-33.
Other provisions and clauses that apply to this acquisition:
FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
FAR 52.211-6 Brand Name or Equal (AUG 1999)
VAAR 852.211-73 Brand Name or Equal (JAN 2008)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION)
FAR 52.233-2 Service of Protest (SEP 2006)
Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Susanne Christen Contract Specialist Hand-Carried Address:
Department of Veterans Affairs
Attn: Contracting Office/Susanne Christen
6900 North Pecos Road, Admin. Bldg., Room Number 2H201G
North Las Vegas NV 89086
Mailing Address:
Department of Veterans Affairs
Attn:Contracting Office/Susanne Christen
6900 North Pecos Road, Admin. Bldg., Room Number 2H201G
North Las Vegas NV 89086
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71 Alternate Protest Procedure (OCT 2018)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.233-1 Disputes (MAY 2014)
FAR 52.247-34 F.o.b. Destination (NOV 1991)
VAAR 852.203-70 Commercial Advertising (MAY 2018)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71 Rejected Goods (OCT 2018)
FAR 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 test of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
http://www.va.gov/oal/library/vaar/vaarpdf.asp
001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUN 2011)
The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(End of Clause)
All Quoters shall submit the following: Quote(s). Authorized distributor or reseller letters shall be included with quotes, unless quoter is the OEM. OEMs are not required to submit authorized distributor or reseller letters. Quoters should include completed copies of FAR 52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018) with quotation(s). Quote(s) shall be emailed to Susanne Christen at Susanne.Christen@va.gov, and shall be in either MS Word or Adobe .pdf format. The RFQ number of this solicitation should be included in the subject line of quote(s). The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, quote(s) should 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:"
Quoter shall list exception(s) and rationale for the exception(s).
RFQ submission(s) shall be received no later than the response date of this solicitation at the firewall of VASNHS or email inbox of Susanne.Christen@va.gov. The RFQ number of this solicitation should be included in the subject line, and local part numbers, if any, shall be included with quote(s). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Telephone requests for information or questions will NOT be accepted. No hard copies of this RFQ will be provided. Questions about this RFQ should be emailed to Susanne.Christen@va.gov, the RFQ number of this solicitation should be included in the subject line, and questions will be accepted through 4 p.m. EST on May 31, 2019.

Susanne Christen

susanne.christen@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP