Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOURCES SOUGHT

65 -- Non-Mydriatic Retinal Camera System

Notice Date
5/13/2021 8:07:52 AM
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0935
 
Response Due
5/19/2021 5:00:00 AM
 
Archive Date
06/03/2021
 
Point of Contact
William Shaver, Contract Specialist, Phone: 601-206-6953
 
E-Mail Address
William.Shaver@va.gov
(William.Shaver@va.gov)
 
Awardee
null
 
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS INTEGRATED SERVICE NETWORK (VISN) 16 G.V. SONNY MONTGOMERY VETERANS HEALTHCARE SYSTEM REQUEST FOR INFORMATION 36C25621Q0935 REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the brand name or equivalent products listed in the Performance Work Statement and Schedule found in the background section below. In the response please cite business size status. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing these types of supplies. Please include the following: (a) Proof of OEM or OEM distributor of brand name supplies. (b) examples of prior completed Government contracts, references, and other related information. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to William.Shaver@va.gov. Please respond to this RFI no later than 07:00 Central Standard Time on Wednesday, May 19, 2021. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. BACKGROUND: Performance Work Statement Background: The Veterans Healthcare System of the Ozark s (VHSO) Primary Care Service requires 1 each non-mydriatic camera system for use at the currently under construction Fort Smith Clinical Based Outpatient Clinic activation. The non-mydriatic camera system will be utilized to obtain accurate digital retinal images for the purpose of treating patients with diabetes. It will allow the delivery of eye care through both Asynchronous Store and Forward and Synchronous telehealth methods. Scope: The Contractor will furnish all labor, transportation, and expertise necessary to provide the VHSO with 1 each non-mydriatic camera system. Salient Characteristics Must come with the Fundus Autofluorescence (FAF) diagnostic tool. Must be capable of Auto-Fundus which allows automatic switching from the external eye to retinal observation mode. Must be capable of Auto-Focus with manual alignment override which allows for automatic focus of the eye by partially depressing the joystick, or easily switching to manual focus with a twist of the focus ring. Must be capable of Auto-Capture utilizing the integrated Canon EOS 20 MP digital camera which automatically captures the image when the eye is properly focused. Must come with Image Error Detection software which automatically confirms correct alignment and focus. Must enable enhanced visibility during alignment. Must be capable of quick preview image preview on the EOS camera and computer display at the time of capture which confirms image details before image store and forward. Must come equipped with an Anterior Segment Compensator in which with a flip of a switch, the integrated diopter compensator simplifies anterior photos without having to reposition the patient. Must be equipped with an external monitor HDMI port. Must be capable of Opacity suppression for images degraded by cataracts, Auto-Montage for wide field viewing and assessment, RGB separation for RNFL assessment & emboss can be applied to images, which creates a new subset of images that can be added to the original study before they are automatically sent to VISTA Imaging for storage. Must come with imageSPECTRUM CapturePlus software to improve workflow and diagnosis. Must have Camera controls which include: motorized chin rest to adjust to patient height, focus adjustment range without compensation lens -10 Diopter to +15 Diopter, focus adjustment range with negative compensation lens -31 Diopter to -7 Diopter, focus adjustment range with positive compensation lens +11 Diopter to +33 Diopter, small pupil switch to 3.3mm when selected, infrared illumination control to adjust during alignment and focus, flash control setting to adjust for lower/higher flash levels, omni-directional joystick with fine focus wheel, internal eye fixation lamp with fixation position setting control, and external fixation lamp device. Must be compatible with VISTA Imaging and EZ Lite 2. Must enable the VHSO to comply with the VA s CR-2 Startup and Operational Use Guide. Delivery Schedule: The requested equipment is required by 9/30/2021. The Contractor will ensure all deliverables are delivered to the following address and reference the VA s purchase order number as an attention line in the shipping address: Veterans Healthcare System of the Ozarks, Attn: Purchase Order #, Warehouse Building 8, 1100 N. College Avenue, Fayetteville, AR 72703. Contractor Requirements: Should the Contractor have to come to the VHSO for any reason other than delivery, the Contractor shall be required to log in with VA Police Dispatch (Building 1, first floor) upon arrival to obtain a contractor badge. The Contractor will always visibly wear the badge while on VHSO premises and will be required to turn in the badge before leaving VHSO premises. The Contractor shall not perform any service or provide any item that is outside the scope of work without the written approval of the Contracting Officer. A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ CAMERA,RETINAL,NON-MYDRIATIC,CR-2 PLUS AF MANUFACTURER PART NUMBER (MPN): CR-2 PLUS AF LOCAL STOCK NUMBER: CR-2PLUSAF/US 0002 1.00 EA __________________ __________________ HP AIO 800 PC w/ Wired Keyboard & Mouse LOCAL STOCK NUMBER: WIRED-PC-KIT.100 0003 1.00 EA __________________ __________________ HP Monitor Arm for AIO 800 Series LOCAL STOCK NUMBER: BT861AA 0004 1.00 EA __________________ __________________ imageSPECTRUM Capture Plus Software LOCAL STOCK NUMBER: 1922A402 0005 1.00 EA __________________ __________________ 10 Ft USB A/B Cable LOCAL STOCK NUMBER: 1386V624 0006 1.00 EA __________________ __________________ imageSPECTRUM Modality Worklist LOCAL STOCK NUMBER: 1922A398 0007 1.00 EA __________________ __________________ K2 Table, 20""""x36"""" LOCAL STOCK NUMBER: K2036RTP5 0008 1.00 EA __________________ __________________ Task/Lab Stool with Back LOCAL STOCK NUMBER: 2622908 0009 1.00 EA __________________ __________________ MasterCaster w/Lock for Task/Lab Stool w/Back (set of 5) LOCAL STOCK NUMBER: 2748V535 0010 1.00 EA __________________ __________________ ACRYLIC GUARD FOR CANON CR2 LOCAL STOCK NUMBER: CR2 ACRYLIC GUARD 0011 1.00 EA __________________ __________________ External Fixation Lamp (EL-1) LOCAL STOCK NUMBER: 1922A150 GRAND TOTAL __________________ A.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 60 DAYS ARO FOR ALL ITEMS 0002 1.00 0003 1.00 0004 1.00 0005 1.00 0006 1.00 0007 1.00 0008 1.00 0009 1.00 0010 1.00 0011 1.00 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. In accordance with FAR 15.201(e), 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. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0cf9b86ac73f4163a3172026ee50a1e0/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Health Care System of the Ozarks 1100 N. College Ave., Fayetteville 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN06001842-F 20210515/210513230127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.