Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2022 SAM #7414
SOURCES SOUGHT

65 -- NX EQ Keratometers

Notice Date
3/17/2022 11:59:52 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G22Q0072
 
Response Due
4/2/2022 11:00:00 AM
 
Archive Date
05/17/2022
 
Point of Contact
David Daniel, Contract Specialist, Phone: 240-280-9269
 
E-Mail Address
David.Daniel1@va.gov
(David.Daniel1@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice DESCRIPTION REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the KERATOMETER (OPHTHALMOMETER) product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Marco ® brand name or equal Marco ARK-1 Autorefractor/Keratometer on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver KERATOMETER (OPHTHALMOMETER) to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Keratometer, also known as an ophthalmometer, is a diagnostic instrument for measuring the curvature of the anterior surface of the cornea, particularly for assessing the extent and axis of astigmatism. The following Contract Line Items are being considered: Contract Line Item# Brand Part Number Description 0001 Marco ARK1S The ARK-1S is a multimodality device that includes autorefraction/keratometry/glare testing combinations 0002 Marco ARK1A The ARK-1A is a multimodality device that includes autorefraction and keratometry 0003 Marco   12 month warranty 0004 Marco   (2) User Guides Included The Department of Veterans Affairs (VA) is seeking vendors who can provide Marco ® Keratometer (Ophthalmometer) as listed above or equal commodities which meet all of the following salient characteristics: CLIN s 0001-0004 apply to the following SC s CLINSREF SC # SALIENT CHARACTERISIT METHOD OF EVALUATION 0001-0004 SC 1 Must be Food & Drug Administration Approved Literature Review 0001-0002 SC 2 Refractive Measurement Range: Sphere: -30D to +25D (in case VD=12) (Step: 0.12/0.25D) Cylinder: 0 to ± 10D (Step: 0.12/.25D) Axis angle: 0 to 180° (Step: 1°) Literature Review 0001-0002 SC 3 Minimum Measurable Pupil Diameter: 2.0mm Literature Review 0001-0002 SC 4 Keratometric Measurement Range: Radius of curvature: 5.0 to 13.0 mm (Step: 0.01 mm) Corneal Power: 25.96 to 67.5D (Corneal refractive n=1.3375) (Step: 0.12/0.25D) Degree of corneal astigmatism: 0 to ±12D (Step: 0.12/0.25D) Axis angle: 1 to 180° (Step: 1°) Literature Review 0001-0002 SC 5 Pupillary Distance Measurement: 30 to 85 mm (1 mm increments) Literature Review 0001-0002 SC 6 Pupil Size Measurement: 1.0 to 10.0 mm (0.1 mm increments) Literature Review 0001-0002 SC 7 Observation/Display Method: minimum 5.7-inch color LCD Literature Review 0001-0002 SC 8 Printer Thermal line printer with auto cutter Literature Review 0001-0002 SC 9 Power Supply AC 100 to 240 V ±10% 50/60 Hz Literature Review 0001-0002 SC 10 Minimum Dimensions: 260 (W) mm × 495 (D) mm × 457 (H) mm Literature Review 0003 SC 11 Warranty-12 months Literature Review 0004 SC 12 User Guides (2) Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fed68358868748e88499e28ff894d9f6/view)
 
Place of Performance
Address: Nationwide
 
Record
SN06271410-F 20220319/220317230104 (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.