Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

65 -- ZEISS CIRRUS 5000 Brand Name This is not a request for quote

Notice Date
2/8/2022 12:23:34 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0369
 
Response Due
2/11/2022 12:00:00 PM
 
Archive Date
02/21/2022
 
Point of Contact
Andrew Taylor, Contract Officer, Phone: 724-679-2327
 
E-Mail Address
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. ZEISS OS CIRRUS HD-OCT 5000 Brand Name Background: The Butler VA Medical Center Health Care Center (HCC) has a requirement for one (1) Zeiss CIRRUS HD-OCT (Model 5000) to be purchased for the Butler Health Care Center. This unit is outdated and in need of upgrading. Currently the CIRRUS 6000 is on FDA hold. The company has agreed to offer the CIRRUS 5000 with a Protection Program that will allow the VA priority status upon it s release as well as full trade-in value. Upgrade includes: The ZEISS OS CIRRUS HD-OCT (Model 6000) with AngioPlex has the capability to capture and provide OCY Angiography. This capability for OCT Angiography is provided by a 1 single OCT scan that allows for visualization of both micro vascular and structural information in a non-invasive, dye-free, scan by the OCT. It has the ability to import and integrate the Cirrus Model HD OCT 4000 raw data. The raw data must be interchangeable between the Cirrus 4000 and Cirrus 5000 unit (or new unit being procured). The unit must have exact Macular Scan Pattern of 512x128 for retina scan with exact scanning speed at 27,000 A-scans a second within a 6mmx6mm. The unit must have exact scan pattern of 200x200 in a 6mmx6mm cube for Glaucoma Scan with exact scanning speed at 27,000 A-scans a second. The scan pattern must be able to capture and provide RNFL, ONH, Neuro Retinal Rim Tissue, and 3-D Cube capabilities all in one scan Scanning speeds: Scan at exactly 27,000 A-scans/sec, as well as the ability to scan at 68,000 A-scans/sec Scope of Work: The current model (OCT 5000) is unable to be upgraded to Windows 10. The VA Medical Centers are in the process of upgrading to Windows 10 which will include medical equipment. The purchase of an OCT machine in this outpatient clinic, ensures patients will be cared for in a more patient centric fashion, will lend to continuity of care and lack of delay in care. The upgrade to the York unit will assure all patients are receiving the same standard of care at all facilities. Salient Characteristics of the OCT machine: Ability to integrate the Cirrus Model HD OCT 4000 or Model Cirrus 5000 HD OCT data into and with the current Cirrus HD-OCT 6000 data. Raw Data must be interchangeable between the Cirrus 4000, Cirrus 5000, and Cirrus 6000. This can only be done using a Zeiss Cirrus 6000 (or new unit being procured). Ability to enable Raw Data to be sent to FORUM, and allows FORUM to manipulate, process, and analyze with historical/archived data. Must be able to scan at 100,000 Scans per second OCT/OCTA. Must have the ability to scan the Retinal Nerve Fiber, and Optic Nerve Head Analysis information using a 200-line x 200-line scan. Each line has 1024 data points. Meaning the 200 slices vertically acquired and the 200 slices horizontally acquired provide a cumulative value of over 40 million data points for RNFL and ONH Analysis. Must have the ability to scan Retina Nerve Fiber Layer and the Optic Nerve Disc, and Neuro Retina Rim Thickness, and 3-D Cube capabilities at the same time in one Scan that takes 1.5 seconds. Must deliver an image that is over sampled 100 times. Must provide a 12 radial line scan for the Macula/Retina region. Must provide an automated Glaucoma Scan report on the same page with the HFA 750lii Visual Field Instrument Called a Combined Report via Forum. Must have ability to scan and acquire the Ganglion Cell Analysis info in a scan that does NOT include the Inner Limiting Membrane or Retinal Nerve Fiber. Must have the ability to provide a report called Advanced RPE Analysis . This report maps out the area of Geographic Atrophy as well as automatically provides a mathematical assessment that measures closest distance of the geographic Atrophy to the fovea. Report must show volume of drusen area and provide automatic mathematical evaluation and that provides serial analysis with percentage of change auto listed in a 3mm circle and 5mm circle. Must have the ability to produce a report that is called Guided Progression Analysis (GPA). This is different than a Trend Analysis report. The GPA report provides a comprehensive view analysis of both the short term and long-term RNFL and Optic Nerve Head Analysis including Neuro Retina Rim Tissue. GPA Furthermore provides a plotted graph that forecasts what the patient measurements of each of these areas will be in the future. This is done on a linear graph and displayed on the print out. Must have the ability to default to a print out of the Glaucoma Scan to display where the Circle was placed around the Optic Disc. The circle provides the quantitative analysis of the patient compared to the FDA cleared Normative Database. Must have Auto-Center trade Marked software for the Glaucoma scan. Must have the ability to provide a PanoMap wide analysis: The 1 page printout must include all of the following info related to the Posterior Pole: Optic Nerve Head Analysis, Ganglion Cell Analysis, and Macular Thickness Analysis. Must have the ability to use Magnetic Anterior Segment Lens that provides a 15.5 mm by 5.8mm view of the entire anterior chamber. Must have the ability to select pre-determined En Face views of the retina. The list of the predetermined views would include: En Face VRI View En Face Mid Retina View En Face IS/OS Ellipsoid View En Face Mid Retina View En Face Choroid View TECHNICAL SPECIFICATIONS: Angiography version 9.5 2048 Pixel OCT Camera Windows 10 Operating System Deviation Map demonstrating outside normative of Ganglion Cell Layer and Retinal Nerve Fiber Layer Fast Track Retinal Tracking Automatic Fovea Finder Dimensions: Device: (L x W x H) 24.4 x 16.7 x 11.4 in Table: 22 x 36 in Weight: 80 lbs. Internal Fixation Focus Adjustment: 20D to +20D (diopters) Electrical Rating (115V) Single Phase, 100-120V systems: 50/60Hz, 5A Internal Computer: Windows 10/ Intel Processor Memory Hard Drive/Internal storage: > 750GB, > 80,000 scans. Display Integrated 19 color flat panel display USB Ports = 6 ports Additional Information: The Zeiss, OCT Machine is the only machine that will integrate with currently used Zeiss OCT machines in the facility, as well as integrate and function with the Zeiss Forum Data System purchased for use in technologically connecting all OCT machines, Visual Field Machines, Microscopes, etc. within the facility. Installation: Contractor shall provide installation services for this procurement. Contractor shall install all applicable software and configure all network connections on the equipment. Contractor shall perform a full functionality test on the equipment to ensure that the equipment is properly sending data either directly to the Zeiss Forum or to its client PC and then to the Zeiss Forum. Contractor shall ensure any bi-directional communication is tested fully, allowing for sending and retrieval of data. Contractor shall provide Biomedical Engineering with all back up discs, licensure, software keys and passwords necessary to fully maintain the equipment. Warranty: All equipment, software and hardware shall have a minimum of one year warranty. Remote and on-site support will be provided at no charge to the Butler VA Medical Center during the warranty period. Delivery: The Zeiss OCT Machine and accessories shall be delivered to the Butler VA Medical Center Health Care Center (HCC). BioMedical Engineering will need to perform a safety check and enter the equipment in to the system for annual Preventive Maintenance (PM) checks. Placement in the Health Care Center shall be coordinated through the Bio-Med Department, Chief, Optometry Service, and the Contracting Officer Representative. Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and 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 (size standard of 1000 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained a class waiver? (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) 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? (6) 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 sub contracted work and completion of job. (7) 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. (8) 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 in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (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. Telephone responses will not be accepted. Responses must be received via e-mail to Andrew.Taylor3@va.gov no later than, 04:00 PM Eastern Standard Time (EST) on February 5, 2021. Reference 36C24422Q0369 in the subject of the email. This notice will help the VA in determining available potential sources only. 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 Contracting Officer, Andrew Taylor. 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 at this time. 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 the solicitation to be considered for award. 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 Contracting Officer at andrew.taylor3@va.gov. Reference 36C24422Q0369 in the subject of your response. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d453c2c44e5846ce8dfe49ec7bf5edd5/view)
 
Place of Performance
Address: Abie Abraham VA Clinic VA Butler Healthcare 353 Duffy Road, Butler PA 16001 USA
Zip Code: USA
 
Record
SN06237031-F 20220210/220209211723 (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.