Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2022 SAM #7499
SOURCES SOUGHT

65 -- Optos Silverstone SS

Notice Date
6/10/2022 2:10:03 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25722Q0750
 
Archive Date
08/09/2022
 
Point of Contact
Danise Burt, Contract Specialist, Phone: 972-708-0809
 
E-Mail Address
danised.burt@va.gov
(danised.burt@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 4 1. This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the procurement of Optos Silverstone with Modality ultra-widefield technology. 2. Background and Requirement: The Valley Coastal Bend Health Care System Surgical Department are in need to purchase (3) Optos Silverstone SS Modality. This Optos image is an imaging suitable for detecting both systemic and ocular retinal diseases. The equipment allows the eye doctor to evaluate the retina for issues like macular degeneration, retinal detachments, retinal holes, diabetic retinopathy, and hypertension. Requirement salient characteristic is as follows. Unique Salient Characteristics Combined UWF (200°) fundus imaging and image guided, Swept Source OCT Single image captures 82% of the retina (927mm2) Single capture covers 200° of the internal surfaces of the retina Single capture image reaches beyond the equator showing vortex vessels and ampullae Ultra-widefield (200°) image capture in less than ½ second Montage image shows up to 97% of the retina (1166mm2) Ellipsoidal mirror with virtual point technology enables maximum imaging field of view Clinically validated color imaging proven equivalent to color fundus photography for pathology detection (1) Multiple wavelength color imaging provides color, red-free, choroidal, and true-color views with a single capture Ease of use validated in multi-site clinical studies Proven to enhance clinic flow Proprietary software presents images in a consistent geometry that accurately represents anatomical features across the retina and allows for accurate measurements across the retina Device Features Auto-capture capability Non-mydriatic, cSLO technology images through 2 mm pupil cSLO technology images through most cataracts Light source wavelengths: red 635 nm, green 532 nm, blue 488 nm, IR 802nm DICOM compliant as per the DICOM Conformance Statement VA Texas Valley Coastal Bend HCS - Harlingen, TX Optos Silverstone with Modality Worklist Require VistA Imaging Approved DICOM Modality Interfaces list Must have the ability to perform fundus autofluorescence (AF) with green laser Must have the ability to perform fluorescein angiography(FA) Must have the ability to perform indocyanine green angiography(ICGA) All functions (color photo, red-free photo, choroidal imaging, AF imaging, FA, and ICGA) are included in a single compact system Includes alignment software to ensure that pictures are taken in the same place each time and that images in the same place taken with different modalities and/or on different dates can be accurately overlaid for clinical comparison Includes image overlay software for accurate comparison of images from different days and in different modes Includes HIPAA compliant, browser-based image review software Includes image measurement tools Capable of stereo disc imaging Capable of combined FA and ICG Acapture Connects with OptosAdvance image management software and allows access to raw data via OptosAdvance software Connects to 3rdparty image management systems and allows review of images via the 3rdpartysoftware System includes an automatic, wheelchair accessible table Powered via connection to standard AC outlet (100 to 240V) System requires minimum maintenance System is field serviceable and can be routinely maintained by VAHCS engineering personnel 3. If this is an item your business can provide, please respond to this Sources Sought Notice by 10:00 AM Central Time on Friday, June 17, 2022. 4. The intent of this notice is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. b. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. c. Respond to this notice if you can provide the exact brand name products listed in the table in the background and requirement section above. In the response, please cite your business size status. d. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. e. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). 5. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. 6. Send responses to Danise Burt at danised.burt@va.gov. DISCLAIMER: This notice complies with the requirements of FAR 5.201 and 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 notice. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6db90d1e12c746c9aba59000e053401d/view)
 
Place of Performance
Address: Department of Veteran Affairs Valley Coastal Bend Healthcare System 2601 Veteran Drive, Harlingen, TX 78550, USA
Zip Code: 78550
Country: USA
 
Record
SN06355183-F 20220612/220610230106 (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.