Delaware Bids > Bid Detail

6540--Brand Name Only - Alcon Laboratories - Constellation LXT-CR5, Part Number 8065753048. This is NOT a Request for Quote.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159252641943735
Posted Date: Apr 13, 2023
Due Date: Apr 21, 2023
Solicitation No: 36C24423Q0735
Source: https://sam.gov/opp/58f522b984...
Follow
6540--Brand Name Only - Alcon Laboratories - Constellation LXT-CR5, Part Number 8065753048. This is NOT a Request for Quote.
Active
Contract Opportunity
Notice ID
36C24423Q0735
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 13, 2023 10:36 am EDT
  • Original Response Date: Apr 21, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Wilmington VA Medical Center Wilmington, , DE 19805
    USA
Description
Department of Veterans Affairs Medical Center
(460) Wilmington, DE 19805
Statement of Need (SON)
Page 1 of 3

ALCON - Constellation LXT-CR5
INTRODUCTION/BACKGROUND:

The Wilmington VA Medical Center Ophthalmology Department needs a new Brand Name Only procurement for the acquisition of one (1) ALCON - Constellation LXT-CR5 Part Number 8065753048, which includes Delivery, Installation, and Training. This system is indicated for both anterior segment (i.e., phacoemulsification and removal of cataracts) and posterior segment (i.e., vitreoretinal) ophthalmic surgery. The Wilmington VAMC Ophthalmology team needs to replace our current system (EOL 05/24/2024) to continue access to care for our Veterans.

OBJECTIVE:

The Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the VAMC Wilmington (460), is seeking the acquisition of (1) Constellation LXT-CR5. This new equipment will replace our current vitrectomy unit due to the malfunctioning laser ports. These lasers are reaching expected end of life and are not operating as expected. This equipment (for pars plana vitrectomy) is the primary technology required to perform nearly all vitreoretinal surgeries. This vitrectomy unit is used to cut and remove the vitreous in a highly specialized manner (very high cut rates-20,000 cuts/min- to prevent excessive traction on the retina during surgery). The unit also provides infusion (fluid replacement) for any volume removed from the eye during surgery. It also provides illumination inside the eye. Additionally, the unit has a laser attachment so that retinal laser applications can be made using an instrument inside the eye (endolaser).

This need for this acquisition is determined to be routine and can be awarded within designated Contracting timeframes.

To meet the needs of this acquisition, the following salient characteristics or needs must be met, and Offeror shall provide:

Constellation Vision System: full-function system with complete posterior segment and anterior segment procedure capabilities
The ULTRAVIT vitrectomy probe with duty cycle control provides high-speed cutting and the ability to modify duty cycle for flow control independent of vacuum and cutting
Advanced Xenon Illuminator provides state of the art illumination for visualizing tissues
Embedded 532nm PUREPOINT Laser offers advanced laser technology controlled from the CONSTELLATION Vision System screen for an integrated surgical experience
V-LOCITY efficiency components including ENGAUGE RFID auto-infusion valve, auto-gas fill and the articulating tray arm are designed to optimize OR setup and enhance the surgical experience
17 articulating touch panel screen with advanced GUI (graphic user interface) and video DFUs (directions for use)
MAJOR REQUIREMENTS:

The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition:

Coordinating delivery with the Program POC and or facility.

Deliver equipment to:

Wilmington VA Medical Center
ATTN: Building 1, Operating Room 1, 3rd floor
1601 Kirkwood Hwy
Wilmington, DE 19805

Upon delivery, the contractor/vendor agrees to work with facility personnel in order to:

Conduct a joint inventory of goods by material number, quantity, and serial number.

De-palletize shipment, unbox, and stage products

Unbox and assemble

Attach devices to stand or wall mount

Attach accessories to each device

Affix customer provided asset tags if required

Perform device in-service.

Dispose of waste, shipping, and packaging materials

Register device warranty

Perform ground continuity checks, leakage current, and power-on tests as required.

Configure devices per customer requirements if needed

Provide Summary Report

The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees.

GOVERNMENT FURNISHED INFORMATION OR MATERIAL:

This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more.

This acquisition does not include Contractor-acquired property (CAP).

CONTRACTING OFFICER'S REPRESENTATIVE (COR):

The identified POC and technical representative for this acquisition is:
Name: Thomas Urso

Phone Number: (302) 994-2511 ext. 4788

Email: thomas.urso@va.gov

"No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

PERIOD OF SERVICE:
Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government.

SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS:
No special security requirements are anticipated.
Instructions

The information identified above is intended to be descriptive, of the Brand Name Only - ALCON - Constellation LXT-CR5 Part Number 8065753048, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112.

Please answer the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.


(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?


(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.

(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.


(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(10) Please submit your capabilities regarding the brand name equipment.


(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.


This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on April 21, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0735 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 13, 2023 10:36 am EDTSources Sought (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 >