6515--ZEISS FORUM SERVER
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 5 of 5 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 5 (i) Th... Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 5 of 5 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 5 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C24821Q1698 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2021-04, January 19, 2021. (iv) This solicitation intends to award a contract to a Small Business associated with NAICS Code 334510 with a size standard of $30M. (v) The Department of Veterans Affairs (VA) seeks to make a procurement for a Brand Name or Equal for Zeiss Forum Image and Data Management Software that stores images and data from 24 ophthalmic devices within the Miami VAMC and its prospective CBOC clinics. The items to quote are as follows: CLIN QTY Unit Description 0001 1 EA FORUM BASIC LICENSE PACKAGE (V.4.2) \F\ 1/EA\F\ LOCAL STOCK NUMBER: 000000-2131-312/01FOBP42 0002 3 EA SCHEDULED, FORWARDING LICENSE (V3) LOCAL STOCK NUMBER: 306601-8530-111/30FSFOL3 0003 3 EA MULTI-SITE ACCESS LICENSE (V3) LOCAL STOCK NUMBER: 306601-8530-110/30FMSAL3 0004 7 EA FORUM VIEWER (V3) \F\ 1/EA\F\ LOCAL STOCK NUMBER: 306601-8530-100/20FVIEW3 0005 1 EA LICENSE FORUM VIEWER (V3) - VOLUME PACK 10X \F\ 1/EA\F\ LOCAL STOCK NUMBER: 000000-2133-358/20FVW310 0006 1 EA GLAUCOMA WORKPLACE 3.1 LOCAL STOCK NUMBER: 000000-2259-029/20GW31US 0007 1 EA ZEISS RETINA WORKPLACE 2.0.1 LOCAL STOCK NUMBER: 000000-2259-031/30RW201U 0008 9 EA FORUM-DICOM INTERFACE LICENSE TO CZM INSTRUMENT (Vx.xx) LOCAL STOCK NUMBER: 306601-8530-101/40FCZDIC 0009 12 EA FORUM INTERFACE LICENSE TO 3RD PARTY DICOM INSTRUMENT (V3) LOCAL STOCK NUMBER: 306601-8530-103/40F3PDL3 0010 1 EA FORUM-DICOM FILE IMPORT FOR 3RD PARTY INSTRUMENTS LICENSE (V3) \F\ 1/EA\F\ LOCAL STOCK NUMBER: 306601-8530-104/40F3PFIM 0011 1 EA EXTENDED VIDEO SITE LICENSE (V3) (CATARACT SUITE) LOCAL STOCK NUMBER: 306601-8530-106/30FEVSL3 0012 1 EA FORUM-EMR PACKAGE INCL. HL7 LOCAL STOCK NUMBER: 000000-2083-851/50FEMRH7 0013 1 EA FORUM ENTERPRISE PACKAGE (INCLVNA, LDAP/SSO, ENTERPRISE BACKUP) LOCAL STOCK NUMBER: 000000-2246-585-PRO 0014 1 EA OCT NAVIGATOR ENTERPRISE LICENSE \F\ 1/EA\F\ LOCAL STOCK NUMBER: 000000-2285-655/20OCTENT 0015 1 EA ZEISS OS \F\ UPGRADE CIRRUS INSTRUMENT REVIEW SOFTWARE TO\F\ CIRRUS REVIEW SOFTWARE (7.X) LOCAL DATABASE (INCLUDES FORUM CZM RS CONNECTIONS, RPE AND GC ANALYSIS) (10-PACK) WITH REMOTE INSTALLATION \F\ 1/EA\F\ LOCAL STOCK NUMBER: 000000-2076-772 0016 1 EA INSTALLATION AND TRAINING-LARGE LOCAL STOCK NUMBER: INSTL\T\TRN-LRG 0017 1 EA ENTERPRISE ARCHITECTURE PROJECT-LARGE SITES LOCAL STOCK NUMBER: EAP-LARGE 0018 1 EA ZEISS OS \F\ CONNECTIVITY SERVICE PLAN, ANNUAL\F\ LOCAL STOCK NUMBER: 266002-1130-065 (vi) Required salient characteristics/standards are listed below. Comparative evaluations will be performed after all quotes have been received. SALIENT CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Image and Data Management System must be listed in the VistA Approved DICOM Modality Interfaces. System must be able to integrate with the VA VistA system and accept New/Updated Consults/Orders created from CPRS/VistA, CHCS that contains Patient demographic data, and send these as a DICOM Modality Work-lists to a single/multi DICOM compliant instruments within the eye-clinics network. Image and Data Management System must be FDA 510k approved and listed as a Medical Device. Image and Data Management System must provide Post Processing Analysis, Dynamic Review/Manipulation of RAW data functionality for ZEISS Cirrus HD-OCT. This allows the manipulation of the raw patient files down to the algorithmic level, change baselines test in the Doctor s lane for GPA and Macular Change Analysis. Image and Data Management System must be able to store and access raw instrument data from ZEISS Field Analyzer, ZEISS Cirrus HD-OCT, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Camera systems. Image and Data Management System must have functionality to enable real-time and dynamic editing/manipulation of all prior Visual Field Test data for all Glaucoma patients and allow for Baseline changes, real-time report generation for any VFI date, display RealEYE images and data from the new ZEISS HFA 3. This is done by the Doctor in their respective lane. Image and Data Management System must support DICOM standards and Work-List functionality in order to create and send patient demographics to a specific or all instruments via a DICOM worklist within the eye clinic s network. Combined Report: HFA-Cirrus reports for Structure Function analyses in Single Display with OD-OS on one (1) page print out from data of Cirrus HD OCT and a Humphrey Visual Field. Image and Data Management System must have Bi-directional DICOM capabilities to send both DICOM Modality Work-lists containing Consult/Order details to instrument s within the eye-clinics network and receive back the diagnostic test results and RAW data for storage within the Image and Data Management System for access. The image management system must have the ability to do VNA (Vendor Neutral Archive, LDAP, PKI which is single sign enterprise authentication. Image and Data Management System must connect to any brand of non-DICOM diagnostic instrument with export capabilities, and convert the diagnostic test results into a DICOM compatible file containing all patient demographical information, UID s, Accession number, Device name and type, laterality and other key pieces of data with the least amount of user interaction. This must be then stored within the Image and Data Management System and forwarded to the VA VistA. Image and Data Management System must not require the use of an external PC or import computer for a DICOM compatible modality. Image and Data Management System must be able to download all past RAW data from one or more ZEISS Field Analyzers, ZEISS Cirrus HD-OCT s, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Cameras acquired within the main clinic and all satellite clinics upon installation of the Image and Data Management System. Image and Data Management System must be able to display ZEISS Field Analyzer Glaucoma Progression Analysis (GPA) and enable the clinician to manipulate data and store baseline changes at the workstation within the Image and Data Management System. Image and Data Management System must be able to present VFI Index, Mean Deviation, Pattern Standard Deviation and Global Indices at a glance summary of all past and present tests. Image and Data Management must be able to display and allow the clinician to scroll through the various ZEISS Cirrus Macula Cube B-scan slices, within in the Image and Data Management System viewer. Image and Data Management System must be able to display all Cirrus HD-OCT past and present test data from one or more ZEISS Cirrus instruments located in one or more VA clinics. This date must be accessible to enable viewing and manipulation at the workstation. Image and Data Management System must be able to automatically label images and reports coming from the instruments DICOM Header to enable the clinician to sort test data by visit date/s, modality type/s, right eye, left eye or both eyes. Image and Data Management System must be able to tag individual test reports/images as Favorites to enable easy access on future patient visits. Image and Data Management System must be able to display images in pre-formatted clinical display groupings for Glaucoma, Retina and Cataract cases. Image and Data Management System must be able combine multiple databases of the Zeiss Humphrey Visual Field Analyzers and remove and store on the respective Server . Image and Data Management System must be able combine multiple databases of the Zeiss Cirrus OCT Instrument remove and store on the respective Server . Image and Data Management System must be able to accept the raw data of the IOL Master Biometer and inject that data (without using a thumb drive), into the Lumera Microscope and Callisto Eye for use during Cataract Surgery with Markerless technology for Toric IOL Patients. Image and Data Management System must be able to provide VNA (Vendor Neutral Archive), LDAP, PKI Single Sign on Capability, Enterprise Backup, integrate with CHCS. Image and Data Management System must be able to perform sending and retrieval from two different VNA Systems: Cerner CAM VNA for the VA Medical Center, and the ECIA Hyland VNA for the US Military. Must be able to follow one patient (sending and retrieving) from and into both VNA s for the VA Medical Center, and US Military. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. Only new equipment is acceptable; no remanufactured, used/refurbished or "gray market" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. At a minimum the quote shall contain the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) DUNS Number / Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM. Quoted price shall include delivery. Place of Delivery: LOCATION ADDRESS Miami Veterans Healthcare System 1201 NW 16th Street Miami, FL 33125 Period of Performance/Delivery Timeframe: 45 Days ARO (vii) The provision at 52.211-6, Brand Name or Equal, applies to this solicitation. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: The following provisions are incorporated into 52.212-1 as an addendum and applies to this solicitation. See solicitation for more details on this Addendum. (ix) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. In addition, though not limited only to those listed on this announcement. The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (xii) All offeror quotes for this solicitation must be received electronically through email no later than September 15, 2021, 11:59 PM EST. Ensure to reference solicitation number 36C24821Q1698 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email to Jose Delgado, Jose.Delgado3@va.gov no later than September 13, 2021, 11:59 PM EST. (xiii) Offers shall be sent by email to Jose.Delgado3@va.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »