Washington, DC Bids > Bid Detail

6540--Topcon SOLOS Auto Lensmeters - Brand Name Only

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159010184255424
Posted Date: Sep 20, 2023
Due Date: Sep 25, 2023
Source: https://sam.gov/opp/8aac4a7a10...
Follow
6540--Topcon SOLOS Auto Lensmeters - Brand Name Only
Active
Contract Opportunity
Notice ID
36C24523Q1203
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 20, 2023 10:33 am EDT
  • Original Date Offers Due: Sep 25, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339115 - Ophthalmic Goods Manufacturing
  • Place of Performance:
    Washington DC VA Medical Center 50 Irving Street NW ,
    USA
Description
STATEMENT OF WORK

Topcon SOLOS Auto Lensmeter
Brand name only

Description: The DC VA Medical Center Eye Clinic requires ophthalmic lensmeters for patient care. This item is necessary for checking the patient s eyes during a Teleretinal screening examination.

Scope of Work: The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request.

Required Features:
As a replacement of old/damaged units, the Topcon SOLOS Auto Lensmeter is fully automated that measure glasses prescription. It does not require skilled technicians to read off the glasses prescription. This is a required feature to allow staff to quickly gather results with little training in a very busy eye clinic in DCVA
Having automated lensmeter with increased efficiency in readings, not relying on damaged/old devices.

Specific Task:
Delivery
All equipment shall be delivered to:
Washington DC VA Medical Center
50 Irving St NW
Washington, DC 20422
ATTN: VHAWAS Equipment Committee
Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip).
Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345)
Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.
Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information.
Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery.
Delivery is required within 90 days from award of the contract.
b. Deliverables
The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion:
Service report.
Warranty information.
Electronic copy of the Operators Manual.
Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists.

C. Specifications
Equipment:

Line Item Description
Quantity
Topcon SOLOS Auto Lensmeter
21

On Site Procedures:
COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines.
Mask Requirement: All contractors shall wear masks while indoors.
Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials.
Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work.
On site visits shall be scheduled in advance with the designated on-site POC.
Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas.
Contractor personnel s tool bags are subject to inspection.

Installation/Implementation:
Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system.
Installation shall be completed within the period of performance.
Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site.
Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use.
In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment).
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.
Training:
Contractor shall be responsible for providing training to clinical staff/users.
Training is to be scheduled in advance with the designated on-site POC.
Education shall be provided prior to and/or at time of installation.
Education professional shall be certified to provide instruction on the designated equipment/system.
Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips.

Inspection and Acceptance.
Contractor shall conduct a joint inspection with the on-site POC upon completion of installation.
In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer.

Hours of Operation:
DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays:
New Year s Day
Labor Day
Martin Luther King s Birthday
Columbus Day
President s Day
Veteran s Day
Memorial Day
Thanksgiving Day
Juneteenth
Christmas Day
Independence Day
Any other national holiday as declared by the President of the United States

Invoicing: Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice.
All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge:
http://www.tungsten-network.com/US/en/veterans-affairs/.
More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp.
Vendor e-Invoice Set-Up Information: To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address: Tungsten e-Invoice Setup Information: 1-877-489-6135, Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com
If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address. FSC e-Invoice Contact Information: 1-877-353-9791. FSC e-Invoice Email: vafsccshd@va.gov
11. Period of Performance: 90-days after receipt of order
12. Contract Type: Firm-Fixed Priced Contract
13. Evaluation Factors: Price, Required Features, Authorization Letter to Distribute, Must specify delivery lead times.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 20, 2023 10:33 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >