Combine Solicitation – 65– Gastrointestinal Endoscopes and Bronchoscopes (Brand name or equal)
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 65-- Gastrointestinal Endoscopes and Bronchoscopes (Brand name or equal)
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: VA24817Q0528
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 00921
Place of Performance Country:
Description:
West Palm Beach VAMC
FedBizOppsCombined Synopsis/Solicitation Notice
*
*
*
*
*
*
*
CLASSIFICATION CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE (MM-DD-YYYY)
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF contact
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
*
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY contact'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
FedBizOpps Combined Synopsis/Solicitation Notice
Rev.
65
Gastrointestinal(GI) Endoscopes and Bronchoscopes(pulmonary)
33410-6400
VA248-17-Q-0528
30
N
14
339112
561-422-1364
#10
00921
Contracting Officer's email
Page 42 of 42
(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 and utilizing Subpart 13.5 Commercial Items-Test Program procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The
(ii) The combined synopsis solicitation number is VA248-17-Q-0528. It s issued as a Request for Quotation (RFQ).
(iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-87-2 (4-06-2016).
(iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS is 339112. Business size standard is 1000 employees. Note, Interested Service Disabled/Veteran Owned Small Business [SDVOSB/VOSB] Offerors must be listed and registered in Vetbiz.gov to be considered for Award.
(v) This combined synopsis solicitation is for the purchase of
(vi) A description of the items to be acquired is in the following Statement of Works x 2 for each set of endoscopes:
STATEMENT OF WORK:
GI Endoscopic Equipment Gastroenterology Section / Medical Service
INTRODUCTION/BACKGROUND:
The San Juan VAMC is in need of the latest generation diagnostic/therapeutic endoscopes and maintenance and repair services. Having the latest technology will provide GI physicians the appropriate tools to better diagnose and treat diseases of the digestive tract. It helps to perform a precise diagnosis of the existence of ulcers, benign and malignant tumor lesions, lesions causing internal bleeding, etc. Also it facilitates the taking of biopsies and the performance of different therapeutic techniques. The purchase of this equipment will bring multiple benefits to our patients and the institution. It will guarantee that our patients are receiving state of the art evaluation and treatment.
SCOPE OF WORK:
The requested endoscopic equipment will be installed by the vendor with the support of Biomedical personnel. The vendor is responsible for the equipment maintenance for a 60 month period covered by a full service agreement as a base and four option period, beginning on date of award.
PLACE OF PERFORMANCE:
All labor, training and maintenance are going to take place at VACHS Gastroenterology Section facility under VACHS policies.
WORK REQUIREMENTS:
The vendor shall provide all labor, training and all other resources required to deliver the requirements stated herein.
All vendor employees have to successfully complete the Cyber Security Awareness and Rules of Behavior Training and the appropriate VA Privacy training based on their skill trade as it relates to privacy or security in their work on this procurement.
DESCRIPTION OF EQUIPMENT AND SERVICES:
All equipment acquired shall be fully compatible with existing technology within the section. The San Juan VAMC currently utilizes the Olympus Endoworks 7 reporting system. Therefore the new equipment/system must interface with institution HL7 support system and allow transmission of clinical images, procedure reports and critical patient data to patient s electronic medical record system. Also the requested equipment shall have full compatibility with the existing scopes including the models GIF 2Y-160, TJF-Q180V, GIF-XP180N and SIF-Q180 and the Automated Endoscope Reprocessors/
COMPONENTS
1
7
Evis Exera III Video
Dual Focus (enabled with HQ endoscopes)
Narrow Band Imaging
Pre-Freeze feature automatically selects--the sharpest still image
Image Processing
Signal Output enables optimal image for the installed infrastructure. 16:9 and 16:10 format availability for HD monitors
2
7
Evis Exera III Light
Narrow Band Imaging
Waterproof One-Touch Connector
Cooling Fan
Link Connection: A new link connection to peripheral devices, such as Scope Guide and flushing pumps, avoids complicated cable connections and accelerates transmission speed.
3
7
Interface Converter
CV Interface Converter Device
4
8
Remote Cable Peripheral
REMOTE CABLE PERIPHERAL DEVICE 1.8M for CV-190
5
9
SDI Cable 2.5M
SDI Cable f/ CV-180/CV-190/OTV-S190/CV-290, 2.5m
6
5
25 ft PC video Cable for CV-180
7
1
3ft PC Video cable for CV-180
8
1
HD Printer
Power Supply
Power Supply: 100 120 V AC --10% 50/60 Hz
Ambient Temperature: 10 35"-C (50 to 95"-F)
Size
Size (W x H x D): 280 x 125 x 398 mm
Weight: 9 kg
Printing
Printing Method: Dye sublimation
Print Area: 2528H x 1920V dots (169.4 x 128.6 mm)
Printing Resolution: 379 dpi
Print Speed (Approximate): 29 s (normal), 21 s (high)
Multi-Picture Splitting: 1, 2, 3, or 4
Supplied Accessory: Trial printing pack
Available Accessories: Remote control unit (MAJ-898), color printing pack (UPC-55)
9
1
BNC Cable
BNC cable for CV-160
10
1
Electrosurgical Generator
Contains unit, combination footswitch, active cord
11
1
Peristaltic Water Pump
Flow rate
10 270 ml/min (Pump tube ID 3.2 mm)
20 600 ml/min (Pump tube ID 4.8 mm)
Pump head
4 rollers, detachable
Type, protection class
CF, Class I
Power supply
100 240 V, 50/60 Hz, 60
Size (W --D-- H), incl. pump head
295" - 430" -115 mm
Weight, without footswitch
5.6 kg
12
1
Water Bottle Holder
13
2
Power Cord for ESG-100 and AFU-100
14
10
26" Full HD LCD Monitor
LCD Panel
Screen size 26 inches
Display devices a-Si TFT active matrix
Resolution 1,920" - 1,080 pixels (full HD)
Contrast ratio 1,400:1
Aspect ratio 16:9
Viewing angle 178"- (horizontal and vertical)
Number of colors 1.07 billion
Size
Dimensions 626.8 (W) -- 395.2 (H) -- 79.6 (D) mm
Weight 7.8 kg
Power Supply
LCD monitor AC IN: 100 240 V, 50/60 Hz, 0.96 0.47 A
DC IN: 24 V, 3.6 A, 5 V, 0.03 A
(supplied by optional AC adapter)
Input SDI (1)
BNC connector
SDI (2)
VIDEO BNC connector
Y/
HD15 D-sub 15-pin
DVI (1) DVI-I connector
DVI (2) DVI-I connector
Aux in (HD/SD-SDI) BNC connector
Output
HD/SD SDI (1)
BNC connector with active-through output
SDI (1) SDI (2)
VIDEO BNC connector with loop-through output and auto 75 termination
Y/
HD15 D-sub 15-pin with active-through output
DVI (1)
DVI-I connector with active-through output
DVI (2)
Clone Out (3G/HD-SDI) BNC connector
Remote
RS-232C connector D-sub 9-pin
GPI connector RJ-45
15
3
Mounting Adaptor for flat panel
16
4
Workstation GI Standard
Storage
The WM-NP2 trolley accommodates a wide range of electro-medical devices to meet the requirements of either routine or advanced endoscopic procedures.
Monitor position
The all new LCD Monitor Arm allows the operator to optimise the viewing position with ease, due to the integral gas spring and tensioned joints providing excellent balance in use.
Cable management
Optimised cable management is achieved through a range of cable channels integral to the workstation hoop, with the addition of dedicated cable winders at the rear of the workstation shelves for safety and convenience.
Electrical safety
An Olympus separation transformer is fitted as standard to meet electrical safety requirements. Output from the transformer is controlled by a central switch, allowing all connected equipment to be powered up simultaneously.
Clip in accessories
In a completely new concept, a range of clip in accessories are provided for the cart, from water bottle clips to cable holders allowing users to customise their workstation.
Drawer pack
The drawer pack facilitates safe storage of a variety of devices, providing a practical addition to the workstation. Multiple drawer packs can be fitted to a single workstation.
Gas bottle holder
Safe and easy to use single and double gas bottle holders for various bottle sizes support all procedures with CO2 insufflation in surgical and medical endoscopy.
17
3
Workstation CO2
WORKSTATION GI CO2
STANDARD SET
18
7
Universal Stowage Container
19
7
Videoscope cable Evis
CV-180 Pigtail cable
20
1
Cable
HD-RGB CABLE CONNECTING THE EU-ME1 TO THE SDI CONVERTER
21
1
SDI Converter
VGA/RGBS/YPBPR/SOG INPUT UNIT 90T0013
22
1
remote cable 2m
REMOTE CABLE REQUIRED FOR CONNECTING EU ME1 TO CV 190
23
1
Keyboard integration cable
MAJ 1710 INTEGRATION USB ADAPT
24
1
Forward-Viewing ultrasound videogastroscope
Optical System
Field of view 120"-
Direction of view Forward viewing
Depth of field 3 to 100 mm
Insertion Tube
Distal end outer diameter 14.6 mm
Insertion tube outer diameter 12.6 mm
Working length 1245 mm
Instrument Channel
Channel inner diameter 3.7 mm
Minimum visible distance 5 mm from the objective lens
Bending Section
Angulation range UP 180"- , DOWN 90"- , RIGHT 90"- , LEFT 90"-
Total Length
1560 mm
Ultrasound Functions
With EU-ME1, EU-ME2 With ProSound SSD- 10, F75
Operation Mode
EU-ME1: B mode, color flow mode, power flow mode
EU-ME2: B mode, THE mode, H-FLOW mode, COLOR FLOW mode, POWER FLOW mode, PW mode, CH-EUS mode and ELST mode (Elastography) B-mode, M-mode, D-mode, Flow mode, Powerflow mode
Scanning Method
Electronic curved linear array Electronic curved linear array
Scanning Direction
Parallel to the insertion direction Parallel to the insertion direction
Frequency
5, 6, 7.5, 10, 12 MHz*1 5, 6, 7.5, 10 MHz*1
Scanning Range
90"-
contacting Method
Sterile deaerated water immersion method, Direct contact method*2
25
2
Curvilinear Endoscope
Optical System
Field of view 100"-
Direction of view Forward oblique viewing 55"-
Depth of field 3 to 100 mm
Insertion Tube
Distal end outer diameter 14.6 mm
Insertion tube outer diameter 12.6 mm
Working length 1,250 mm
Instrument Channel
Channel inner diameter 3.7 mm
Minimum visible distance 6 mm
Bending Section
Angulation range UP 130"- , DOWN 90"- , RIGHT 90"- , LEFT 90"-
Total Length
1,555 mm
Ultrasound Functions
With EU-ME1 With Hitachi Aloka 10 / 7
Cable
MAJ-1597
Cable Length
1,500 mm 1,500 mm
Operation Mode
B-mode, Color Flow mode, Power Flow mode
Scanning Method
Electronic curved linear array Electronic curved linear array
Scanning Direction
Parallel to the insertion direction Parallel to the insertion direction
Frequency
5, 6, 7.5, 10, 12 MHz
Scanning Range
180"-
contacting Method
Balloon method, Direct contact method
26
2
Ultrasound Cable
Detachable cable for EUS & EBUS scopes
27
3
Scope Guide Endoscope
SCOPEGUIDE PROCESSOR INCLUDES MAJ-1859,1868,1875,1881,1907
28
3
Cable
MAJ 1898 CLV UPD CABLE
29
3
Communication Cable
COMMUNICATION CABLE 1.8M
30
3
SDI Cable 2.5M
SDI CABLE 2.5M
31
3
Scope Guide Reference Plate
SCOPEGUIDE REFERENCE PLATE
32
18
Optical System
Field of view 140"-
Direction of view Forward viewing
Depth of field 2-100 mm
Insertion Section
Distal End outer diameter 9.2 mm
Insertion Tube outer diameter 9.2 mm
Working Length 1,030 mm
Instrument Channel
Channel inner diameter 2.8 mm
Minimum visible distance 3.0 mm from the distal end
Bending Section
Angulation range Up 210"-
Down 90"-
Right 100"-
Left 100"-
Total Length
1,350 mm
Compatible EVIS EXERA System
Video System Center OLYMPUS CV-190
Xenon Light Source OLYMPUS CLV-190
33
5
Optical System
Field of view Normal 140"-
Near 140"-
Direction of view Forward viewing
Depth of field Normal 5-100 mm
Near 2-6 mm
Insertion Section
Distal End outer diameter 9.9 mm
Insertion Tube outer diameter 9.9 mm
Working Length 1,030 mm
Instrument Channel
Channel inner diameter 2.8 mm
Minimum visible distance 3.0 mm from the distal end
Bending Section
Angulation range Up 210"-
Down 90"-
Right 100"-
Left 100"-
Total Length
1,350 mm
Compatible EVIS EXERA System
Video System Center OLYMPUS CV-190
Xenon Light Source OLYMPUS CLV-190
34
2
Ultra Slim Endoscope
Optical System
Field of view 140"-
Direction of view Forward viewing
Depth of field 3-100 mm
Insertion Section
Distal end outer diameter 5.4 mm
Insertion tube outer diameter 5.8 mm
Working length 1,100 mm
Instrument Channel
Channel inner diameter 2.2 mm
Minimum visible distance 3.0 mm from the distal end
Bending Section
Angulation range Up 210"-
Down 90"-
Right 100"-
Left 100"-
Total Length
1,420 mm
Compatible EVIS EXERA System
Video System Center OLYMPUS CV-190
Xenon Light Source OLYMPUS CLV-190
35
1
Therapeutic two channel HD
Optical System
Field of view 140"-
Direction of view Forward viewing
Depth of field 2 to 100 mm
Distal End
Outer diameter 12.2 mm
Insertion Tube
Outer diameter 12.6 mm
Bending Section
Angulation range Up 210"- , Down 90"- , Right 100"- , Left 100"-
Working Length
1,030 mm
Total Length
1,350 mm
Instrument Channel
Inner diameter A: 2.8 mm, B: 3.7 mm
Minimum visible distance A: 3 mm from the distal end
B: 5 mm from the distal end
36
27
Evis Exera III HD
Channel Width: 3.7
Working Length: L: 1680, I: 1330
Field of View: Normal 170, Near 160
Direction of View: Forward viewing
Depth of Field: Normal 5-100, Near 2-6
Outer Diameter: 13.2
Outer Diameter Insertion Tube: 12.8
Max Angulation Up: 180
Max Angulation Down: 180
Max Angulation Right: 160
Max Angulation Left: 160
37
7
Evis Exera III colonovideoscope
Optical system
Field of view 170"-
Direction of view Forward viewing
Depth of field 2 100
Insertion section
Distal end outer diameter 13.2 mm
Insertion tube outer diameter 12.8 mm
Working length L: 1680 mm, I: 1330 mm
Instrument channel
Channel inner diameter 3.7 mm
Minimum visible distance 3.0 mm from distal end
Direction from which endotherapy accessories
Bending section Angulation range
Up 180"-
Down 180"-
Right 160"-
Left 160"-
Total length L: 2005 mm I: 1655 mm
Compatible
EVIS EXERA system
Video system center OLYMPUS CV-190
Xenon light source OLYMPUS CLV-190
38
2
Uktra Slim EE III colonovideoscope
Channel Width:--3.2
Working Length:--L: 1680, I: 1330
Field of View:--140
Direction of View:--Forward viewing
Depth of Field:--2-100
Outer Diameter:--9.7
Outer Diameter Insertion Tube:--9.5
Max Angulation Up:--180
Max Angulation Down:--180
Max Angulation Right:--160
Max Angulation Left:--160
39
1
Video Duodenoscope
Optical System
Field of view 100"-
Direction of view Backward side viewing 5"-
Depth of field 5to 60 mm
Distal End
Outer diameter 13.7 mm
Insertion Tube
Outer diameter 11.3 mm
Bending Section
Range of distal end bending Up 120"- , Down 90"- , Right 110"- , Left 90"-
Working Length
1,240 mm
40
4
18 Powdered-Coated Steel Storage Cabinet
Type
EDC Plus
Number of endoscope positions
8 (for extension units 8 and 4)
Drying time (default setting)
120 minutes
Storage time (default setting)
168 hours
Ambient temperature location
25" -C (+/ 5" -C) briefly 35" -C
Relative humidity location
30 75%
Dimensions
EDC Plus W: 1280 x D: 470 x H: 2130 2180 (height adjustable feet)
EDC Plus 8-scope extension unit
W: 1100 x D: 470 x H: 2130 2180 (height adjustable feet)
EDC Plus 4-scope extension unit
W: 680 x D: 470 x H: 2130 2180 (height adjustable feet)
Weight
200 kg
Depth of chamber
350 mm
Volume of cabinet
0.65 m3
Space per endoscope
90 mm
Electrical connections
Power supply 220 - 240 V
Connections
L1, N, PE
Frequency
50 - 60 Hz
Max. current
1,0 A
Max. power consumption
230 W
Air supply
Compressed air Pressurized medical grade air or compressed dry air
Connection
Preferably '' inner thread (hose '' 8mm)
Pressure
3 8 bar
Dew point
43" -C
Max. consumption
100l/min, 8 endoscopes
Max Consumption per scope per day
7.2 m3/h
Air feed into chamber
Internal ventilator approx.12 m--/h
HEPA filter
H13
Resistance HEPA filter
200 Pa
Network connections
Connections TCP/IP; 10/100 (RJ45)
41
4
Interior Led storage cabinet
42
4
Keyless storage cabinets
43
4
Circulation Fan storage cabinets
44
1
Power
100 V 240 V AC 50/60 Hz
Consumption electric power
150
Set Pressure of Balloon
5.4 kPa
+ 2.6 kPa / - 0.0 kPa
Size (W--H--D)
374"-151"-486 mm
Weight
11 kg (Balloon Control unit)
0.4 kg (OBCU Remote Controller
45
9
Single Use Splinting tube
Insertion Tube
Outer diameter 13.2 mm
Inner diameter 11 mm
Working Length
1,320 mm
Total Length
1,400 mm
Material of the Tube
Silicone rubber
Material of the Balloon
Silicone rubber
Hydrophilic Lubrication Coating
46
3
Co2 Regulation Unit
Control Button: Simple start/stop button on front panel efficiently controls gas flow.
Gas Connection: Dedicated cylinder hose allows easy exchange of carbon dioxide cylinders, or unit may be connected to hospital medical gas supply.
Size: Compact size and lightweight at just 4.9 kg to easily fit on existing endoscopy station.
Flow Rate: High gas flow rates allow rapid insufflation when required.
47
3
Cylinder Hose with Switchover
48
3
Gas/water valve
Endoscope Compatibility
Colonoscopes: OES 40, EVIS 140, 145, 160, 165, 180, 185, 170, 190, 240, 260, 290
49
3
Gas/water container
Endoscope Compatibility:
OES 40, EVIS 140, 145, 160, 165, 180, 170, 240, 260, 290
Water bottle for use with CO
50
3
Extra long flow gas
SCHEDULES/MILESTONES
Upon delivery of the equipment to
All installation, training and maintenance shall be performed at VA Gastroenterology Section from
The vendor shall work with Bio Medical Engineering and
User training shall cover all user aspects. Trainees should be fully capable of training others in the proper use and operation of the equipment.
Technical training shall cover preventive maintenance and testing of image display and associated equipment.
ACCEPTANCE CRITERIA:
The biomedical engineering and the Office of information Technology (OIT) are responsible for final acceptance testing. Equipment will be put into clinical use during the implementation. Implementation must be 100%, all equipment operational full functionality as specified within the resulting contract before being considered as complete and accepted.
If deficiencies found at the time of acceptance testing are corrected, final acceptance will be issued upon validation of deficiency correction, and the warranty start date shall commence on the date the initial acceptance testing was completed.
Statement of Work
Bronchoscopes
General Scope of Work
Endobronchial ultrasound (EBUS) provides a minimally invasive means for physicians to see beyond the bronchial wall to sample tissue, lymph nodes, or lesions outside of the bronchial airway. Two imaging modalities for EBUS including radial and curvilinear platforms are needed. Radial ultrasound provides 360o images of the airway wall and surrounding structures external to the airway. Curvilinear ultrasound provides 60o images of the airway wall and surrounding structures external to the airways. This requirement is for the below equipment with maintenance and repair services, for a base and four year option period, beginning on date of award.
Place of Performance:
All training and in-service orientation is going to take place at VACHS Pulmonary & CCM Section OPA in the room 1F1-146 facility under VACHS policies.
Work Requirements:
The vendor shall provide all supervision, training and resources required for delivery, set-up, and operability of the equipment.
Description of Equipment and Services:
All equipment proposed by the vendor shall have full compatibility with VACHS and Pulmonary Service Equipment that is currently being used in our facility. The cleaning and maintenance procedures of equipment shall follow applicable standard operating procedures as outlined by
Schedule / Milestone:
Upon delivery of the equipment to
The vendor shall work with Bio Medical Engineering to implement an effective training program for users and related support staff. Pulmonary Section shall be responsible for scheduling training and arranging for the presence of personnel to be trained.
User training shall cover all operational aspects and post training a Certified Trainee should be fully capable of training others in the proper use and operation of the equipment.
Technical training shall cover preventive maintenance and testing of image display and associated equipment.
Acceptance Criteria:
Biomedical engineering is responsible for final acceptance testing. Equipment will be put into clinical use during the implementation. Implementation must be 100% usable of all equipment on operational and functionality as specified within the resulting contract.
If deficiencies found at the time of acceptance testing are corrected, final acceptance will be issued upon validation of deficiency correction, and the warranty start date shall commence on the date the initial acceptance testing was completed.
COMPONENTS
LINE ITEM
DESCRIPTION
1
Video System Center
Narrow Band Imaging.
Waterproof One-Touch Connector: waterproof connector enables a one-step connection to the light source and does not require a separate video cable for connection to the video processor. Reduced time during procedure setup and dismantling.
Cooling Fan: Reduced operating noise.
Link Connection: Link connection to peripheral devices, such as Scope Guide and flushing pumps, un-complicated cable connections and accelerated transmission speed.
2
High Intensity 300 W Xenon Light Source
Bright powerful imaging: Narrow Band Imaging (NBI) provides brightness as well as twice the viewable distance in the lumen.
Easy connection and fast transmission speed: Waterproof connector to allow one-step connection to the light source. A link connection to the peripheral devices, such as scope guide or flushing pumps, un-complicated cable configurations.
Reduced operating noise: Cooling fan that reduces operating noise.
3
Videoscope Cable
Videoscope cable for CV-165, -180
4
26" LCD HD TV flat panel monitor
26-inch full-HD
26-inch full-HD LCD monitor with a 16:9 aspect ratio, high brightness, high contrast, and high gradation images.
FLIP function
FLIP function (such as mirror and 180"- rotation) which provides a suitable display pattern and monitor layout for the procedure.
Multimodality display capability
At least a 26 monitor with a variety of display modes including picture-in-picture (PIP), picture-out-picture (POP), and clone out with various image-size combinations.
Various input/output terminals
A back panel for multiple HD and SD inputs including 3G/HD/SD SDI (2"-), DVI-I (2"-), HD15, Y/C, and Composite.
Image multiple enhancer.
5
Endoscopic ultrasound processor compatible with the GF-UM160, GF-UM130/Q130 and GF-UM20
6
Converter
VGA/RGBS/YPBPR/SOG INPUT UNIT 90T0013
7
cable connector
8
MAJ-1951 Cable connector 2
9
EU-ME1 keyboard integration USB cable
10
WM-NP2 Workstation GI/SI Basic
CV Interface Converter Device
11
Remote cable for peripheral
1.8M for CV-190
12
Universal storage container
13
Workstation GI/SI/Basic
Mobile endoscopic workstation with access to all devices that are needed in surgical and medical endoscopy.
14
Swing keyboard arm Side Mounted
15
Sliding keyboard arm
16
Flat panel swing arm flat panel
17
Scope pole kit
18
Swing keyboard arm
19
Ultrasound connector holder attachable to endoscope pole.
20
Diagnostic Bronchoscope
Channel Width:--
2.0 mm
Working Length:--
600 mm
Field of View:--
110"-
Direction of View:--
0"- Forward Viewing
Depth of Field:--
2-50 mm
Outer Diameter:--
4.2 mm Distal End
Outer Diameter Insertion Tube:--
4.1 mm
Max Angulation Up:--
210"-
Max Angulation Down:--
130"-
Max Angulation Right:--
120"- with Rotary Function
Max Angulation Left:--
120"- with Rotary Function
21
Diagnostic Bronchoscope
Channel Width:--
2.0 mm
Working Length:--
60 cm
Field of View:--
120"-
Direction of View:--
0"- Forward Viewing
Depth of Field:--
3-100 mm
Outer Diameter:--
4.8 mm Distal End
Outer Diameter Insertion Tube:--
4.9 mm
Max Angulation Up:--
210"-
Max Angulation Down:--
130"-
Max Angulation Right:--
120"- with Rotary Function
Max Angulation Left:--
120"- with Rotary Function
22
Therapeutic Bronchoscope
Channel Width:--
2.8 mm
Working Length:--
60 cm
Field of View:--
120"-
Direction of View:--
0"- Forward Viewing
Depth of Field:--
3-100 mm
Outer Diameter:--
6.2 mm Distal End
Outer Diameter Insertion Tube:--
6.0 mm
Max Angulation Up:--
180"-
Max Angulation Down:--
130"-
Max Angulation Right:--
120"- with Rotary Function
Max Angulation Left:--
120"- with Rotary Function
23
Diagnostic Bronchoscope
Channel Width:--
2.0 mm
Working Length:--
600 mm
Field of View:--
120"-
Direction of View:--
0"- Forward Viewing
Depth of Field:--
3-100 mm
Outer Diameter:--
5.5 mm Distal End
Outer Diameter Insertion Tube:--
5.1 mm
Max Angulation Up:--
210"-
Max Angulation Down:--
130"-
Max Angulation Right:--
120"- with Rotary Function
Max Angulation Left:--
120"- with Rotary Function
24
EBUS Bronchoscope
Channel Width:--
2.2
Working Length:--
600
Field of View:--
80
Direction of View:--
35 degree forward oblique
Depth of Field:--
2-50
Outer Diameter:--
6.9
Outer Diameter Insertion Tube:--
6.2
Max Angulation Up:--
120
Max Angulation Down:--
90
25
BALLOON FOR BF UC160F OL8 PACKAGE OF 20
26
Channel cleaning brush
Bronchoscopes: OES 20, 30, 40, 60, EVIS 160, 180, 190,
200, 240, 260
Ultrasonic bronchoscopes: BF-UC160F, -UC180F
Pleuroscopes: LTF-160
Ultrasonic rectal probes: RU-75M-R1, -12M-R1
Choledochoscopes: CHF-P20, -T20, -P20Q
For instrument channel of cystoscopes: CYF-5, -5A, -V, -
CYF-V2, -VA2, -VH
Tracheal intubation scopes: LF-T, -TP
Rhinolaryngoscopes: ENF-VT, -T3, -VT2
27
Semi-disposable suction valve
Bronchoscopes: OES 30, 40, 60, E2, EVIS 160, 180, 190, 240, 260, MAF-TM, MAF-GM
Ultrasonic bronchoscopes: BF-UC160F, -UC180F
Pleuroscopes: LTF-160
Rhinolaryngoscopes: ENF-VT
Cystoscopes: CYF-5, -5A, -V, -
28
Single-use, sterile biopsy valve
Bronchoscopes: OES 20, 20D, 30, 40, 60, E2, EVIS 160, 180, 170, 190, 200, 240, 260, 290, MAF-TM
Ultrasonic bronchoscopes: BF-UC160F, -UC180F
Pleuroscopes: LTF-160 Single-use, sterile biopsy valve
29
Single-Use EBUS-TBNA Aspiration Needles 21G
5 Needle 5 biopsy valves 5 syringes
30
Single-Use EBUS-TBNA Aspiration Needles 22G
5 Needle 5 biopsy valves 5 syringes
31
Manual Leakage Testing
All OES and EVIS endoscopes Maintenance unit
32
Water-leakage tester
All OES and EVIS endoscopes
33
A6 Analog and Digital Black and White Thermal Printer
A6 medical grade black and white digital printer that can accept analogue video as well as PC-friendly digital USB signal inputs.
34
Remote cable
35
Sony UPP-110HG 110 mm high gloss black & white thermal imaging paper 10 Rolls/pk
36
Probe driving unit
37
20 MHz frequency, radial scanning, for direct contact or EBUS guide sheath procedure
38
Ultrasonic miniature probe
Display mode
B-mode
Scanning method
Mechanical radial scanning
Scanning direction
360"- circumferential, in perpendicular direction with respect to probe insertion direction
Working length
2,050 mm
Total length
2,140 mm
Insertion tube
1.7 mm (distal end 850 mm)
2.0 mm (on connector side)
Maximum diameter
2.0 mm
Compatible scope
2.2 mm or more
contact method for ROI
Direct contact Method
Balloon-sheath compatibility
39
Miniature probe
Display Mode
B-mode
Scanning method
Mechanical radial scanning
Scanning direction
360"- circumferential, in perpendicular direction with respect to probe insertion direction
Ultrasonic Frequency
20 MHz
Working length
2.050 mm
Total length
2,140 mm
Insertion tube
2.5 mm
maximum diameter
2.6 mm
Compatible scope
2.8 mm or more
contact method for ROI
Balloon contact Method
Guide-sheath compatibility
40
Guide Sheath Kit
41
Probe Driving Unit
Unit power a wide variety of ultrasound miniature probes with frequency ranges of 7.5 to 20 MHz.
42
WM-P2 arm mount
43
Connector cable for EUS-CV-190
Schedule is for a base and four option years to begin on the date of award and encompasses both SOW s. Annotate under separate cover/offer pricing for each item above for both SOW s separately and pricing for the service portion of maintenance and repair separately for both SOW s.
(vii) The equipment is to be delivered on or before 60 days after award at the expense of the offeror, FOB destination to
(viii) Provision 52.212-1, Instructions to Offerors Commercial (
Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes to [email protected] no later than
(ix) Provision 52.212-2, Evaluation Commercial Items (
(x) 52.212-3 Offeror Representations and Certifications Commercial items (
(xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
(xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
[] (2) 52.203-13,
[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
[x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
[] (5) [Reserved]
[] (6) 52.204-14, Service Contract Reporting Requirements (
[] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
[] (10) [Reserved]
[] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
[] (ii) Alternate I (
[] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
[] (ii) Alternate I (
[] (13) [Reserved]
[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
[] (ii) Alternate I (NOV 2011).
[] (iii) Alternate II (NOV 2011).
[] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (16) 52.219-8, Utilization of Small Business Concerns (
[] (17)(i) 52.219-9, Small Business Subcontracting Plan (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) Alternate III (
[] (18) 52.219-13, Notice of Set-Aside of Orders (
[] (19) 52.219-14, Limitations on Subcontracting (
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (
[X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
[X] (22) 52.219-28, Post Award Small Business Program Representation (
[] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (
[] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (
[X] (25) 52.222-3, Convict Labor (
[X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (
[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (28) 52.222-26, Equal Opportunity (
[] (29) 52.222-35, Equal Opportunity for Veterans (
[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
[] (31) 52.222-37, Employment Reports on Veterans (
[] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
[X] (33)(i) 52.222-50, Combating Trafficking in Persons (
[] (ii) Alternate I (
[] (34) 52.222-54, Employment Eligibility Verification (
[] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
[] (ii) Alternate I (
[X] (36)(i) 52.223-13, Acquisition of EPEAT---Registered Imaging Equipment (
[] (ii) Alternate I (
[] (37)(i) 52.223-14, Acquisition of EPEAT---Registered Televisions (
[] (ii) Alternate I (
[] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).
[] (39)(i) 52.223-16, Acquisition of EPEAT---Registered Personal Computer Products (
[] (ii) Alternate I (
[X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
[X] (41) 52.225-1,
[] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) Alternate III (
[] (43) 52.225-5, Trade Agreements (
[X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (
[] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
[] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
[] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
[] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
[] (49) 52.232-30, Installment Payments for Commercial Items (
[X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (
[X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (
[] (52) 52.232-36, Payment by Third Party (
[] (53) 52.239-1, Privacy or Security Safeguards (
[] (54)(i) 52.247-64, Preference for Privately Owned
[] (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[] (1) 52.222-17,
[] (2) 52.222-41, Service Contract Labor Standards (
[] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (
[] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (
[] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (
[] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
[] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
[] (10) 52.237-11, Accepting and Dispensing of
(End of Clause)
(xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices:
Provisions in full text:
52.225-18 Place of Manufacture (MAR 2015).
(a) Definitions. As used in this clause
Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except
(1) FPSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly
(1) [] In
(2) [] Outside the United States.
(End of provision)
52.252-1
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
(End of provision)
852.252-70"- Solicitation provisions or clauses incorporated by reference (JAN 2008).
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.-- Copies of these provisions or clauses are available on the
(End of provision)
Provisions incorporated by reference are:
52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007);
52.204-7 System for award management (
52.204-17 Ownership or Control of Offeror (
52.211-6 Brand Name or Equal (
852.219-10 VA Notice of Total Service-disabled Veteran-owned Small Business Set-aside (Jul 2016)(Deviation)
52.212-1 Instructions to Offerors Commercial Items (APR 2014);
52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (
Clauses in Full Text:
52.252-2
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 text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
(End of clause)
VAAR 852.211-73 Brand Name or Equal (
(Note: as used in this clause, the term "brand name" includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
The clause entitled "Brand name or equal" applies only to items that are specific to operation of the equipment and does not include standard connectors, peripherals, cables etc. commonly found in the market place that works with/on any type of the aforementioned items.
(End of clause)
52.204-13 System for Award Management Maintenance (
52.204-18 Commercial and Government Entity Code Maintenance (
52.222-20 Contracts for materials, supplies, articles, and equipment exceeding
52.228-5 Insurance Work on a Government Installation (Jan 2007);
52.232-1 Payments (APR 1984);
52.232-8 Discounts for prompt payment (FEB 2002);
52.232-18 Availability of Funds (APR 1984);
52.232-40 Providing Accelerated Payments to Small Business Subcontrators (DEC 2013);
52.243-1 Changes Fixed Price (AUG 1987);
852.203-70
852.211-70 Service Data Manuals (
852.232-72 Electronic Submission Of Payment Requests (Nov 2012);
852.246-70 Guarantee (JAN 2008);
852.246-71 Inspection (
BUSINESS ASSOCIATE AGREEMENT BETWEEN THE
(xiv) DPAS is N/A
(xv) The RFQ is due on
(xvi) For further information contact the below by phone at 561-422-1364. For technical only questions email both the CO below and the COR at [email protected]. For contractual only questions email the CO below.
Contracting Office Address:
Point of contact/Contracting Officer:
Link/URL: https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24817Q0528/listing.html



The Latest: Budget chief says CBO is wrong on health care
Amendment to Combined Synopsis/Solicitation – Hanel Rotomat and SpaveSaver Storage System or Equal
Advisor News
- DOL proposes new independent contractor rule; industry is ‘encouraged’
- Trump proposes retirement savings plan for Americans without one
- Millennials seek trusted financial advice as they build and inherit wealth
- NAIFA: Financial professionals are essential to the success of Trump Accounts
- Changes, personalization impacting retirement plans for 2026
More Advisor NewsAnnuity News
- F&G joins Voya’s annuity platform
- Regulators ponder how to tamp down annuity illustrations as high as 27%
- Annual annuity reviews: leverage them to keep clients engaged
- Symetra Enhances Fixed Indexed Annuities, Introduces New Franklin Large Cap Value 15% ER Index
- Ancient Financial Launches as a Strategic Asset Management and Reinsurance Holding Company, Announces Agreement to Acquire F&G Life Re Ltd.
More Annuity NewsHealth/Employee Benefits News
- Expanded Affordable Care Act subsidies – now expired – drove major increases in marketplace health insurance enrollment across key groups: Johns Hopkins Bloomberg School of Public Health
- New Insurance Study Findings Have Been Reported from University of South Carolina (Brokering a new path: navigating administrative burdens in the health insurance Marketplaces): Insurance
- Medicaid disenrollment spikes at age 19, study finds: University of Chicago
- How might carriers respond to drop in ACA enrollment?
- CalOptima reports steep membership drop as providers brace for surge in uninsured patients
More Health/Employee Benefits NewsLife Insurance News