SOURCES SOUGHT
66 -- OPMI LUMERA 700 SURGICAL MICROSCOPE
- Notice Date
- 3/5/2014
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIH-OLAO-OD-3286545
- Archive Date
- 3/30/2014
- Point of Contact
- Van V. Holley, Phone: 301-594-9439
- E-Mail Address
-
holleyv@od.nih.gov
(holleyv@od.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation, request for proposals (RFP), proposal abstracts, nor a request for quotations (RFQ). The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources that includes; (1) other than small businesses (large businesses, education institutions, non-profits, etc.); (2) small business sources; (3) Hubzone small business; (4) service-disabled small businesses; (5) veteran-owned small businesses; (6) 8(a) small businesses; (7) veteran-owned small businesses; (8) woman-owned small businesses; (9) small disadvantaged businesses; and (10) private contractors and consultants, who can perform the requirements of the size classification relative to the North American Industry Classification System (NAICS) code specified. This notice is issued to help determine the availability of qualified companies technically capable of achieving the essential government features of this requirement stated in this notice and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only. The Information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 423450 Medical, Dental, And Hospital Equipment and supplies Merchant Wholesalers with associated small business size standard 100 employees. PROJECT DESCRIPTION The National Institutes of Health, National Eye Institute, Division of Intramural Research, has a potential requirement for a Opmi Lumera 700 Surgical Microscope for performing clinical trials. The Opmi Lumera 700 provides the surgeon with brilliant homogenous xenon/halogen light for EYE teaching surgery. Apochromatic (Color Corrected) optics provide exceptionally high contrast and depth perception critical for all Retinal and Cataract procedures. Stereo Coaxial Illumination provide unparalleled depth perception and red reflex illumination unlike any system on the market. This microscope highlights the following: •1) Xenon/Halogen filtered Fiberoptic combination light source which provides surgeon with superior view over halogen illumination alone. This allows for proper visualization of delicate tissue in very small membranous cavitites. •2) Continuous magnification changer with Factors of 3.4x to 20.4x. •3) Surgeon controls light intensity from foot control as well as ON/OFF •4) Stereo View for Primary surgeon and assistant with assistant having ability to have independent focus and zoom, or engaged zoon and focus with primary. •5) Choosing another vendor will add additional expense because the inverter is built into the Binocular and laser shutters are designed to fit only the subject supply specified. •6) Stereo Coaxial Illumination affords the surgeon a safer surgery due to better understanding of delicate structures illuminated, that prior to this microscope invention, were not clearly seen before, e.g., cellular debris on anterior capsule. Adjustment of Stereo coaxial vs oblique is uniquely controlled by foot control panel •7) S8 Floorstand allows electromagnetic clutch movement for exact placement of surgical microscope in surgical field, and with the touch of a button, the microscope can be stored in the corner of the room so that the room can be used for other types of surgical procedures that do not involve a microscope. •8) Footcontrol is wireless, thereby reducing wire clutter on the floor. Justification: The use of surgical microscope has substantially affected the practice of ophthalmology by reducing the amount of invasiveness required, reducing recovery time and fundamentally allowing improved care. Current eye surgeries requires direct magnification and illumination far greater that the power of operating loupes or substandard operative microscopes. This microscope is required for the Retinal surgeries in preparation for clinical trials. The utilization of this microscope reduces risk, improve outcome, reduces cost and is the most effective means in the treatment of eye problems. Use with other equipment: it is used in conjunction with other equipment already found in the OR. This operating microscope would incur any additional training costs since the staff is fully trained on subject supply specified systems. This equipment would also see full utilization from its time of arrival. Without this required and integral ophthalmological surgery microscope, all required surgical procedures cannot be accomplished without extensive light and mechanical damage to the eye. Interested parties are expected to review this notice to familiarize itself with the requirements. Failure to do so will be at your firm's own risk. Respondents that believe that they are manufacturers or authorized resellers of the subject requirement specified in this announcement must provide, as part of their response: a) product, catalog, model, and/or part number(s); b) product description; c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Also, information must be provided in sufficient details of the respondent's staff expertise, including their availability, experience, and formal and other training, current in-house capability and capacity to perform the work, prior completed projects of similar nature, corporate experience and management capability, and examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. All responses to this sources sought notice must be submitted electronically (via email) to Ms. Van Holley, Contract Specialist, at holleyv@od.nih.gov on or before the closing date specified in this announcement. All responses must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. Concluding Statements Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by the respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD-3286545/listing.html)
- Place of Performance
- Address: NIH, Building 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03302428-W 20140307/140305234356-05690fb8c6589822d99b41fd413bec6e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |