Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOURCES SOUGHT

65 -- NX EQ Cameras: Photographic: Ophthalmic: Fundus

Notice Date
2/9/2023 12:31:12 PM
 
Notice Type
Sources Sought
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G23Q0041
 
Response Due
2/28/2023 9:00:00 AM
 
Archive Date
04/29/2023
 
Point of Contact
LaSheena Christian, Contract Specialist, Phone: (202) 701-5592
 
E-Mail Address
lasheena.christian@va.gov
(lasheena.christian@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 10 of 10 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 10 DESCRIPTION REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Cameras Photographic: Ophthalmic: Fundus product line as a candidate for a VA-wide (otherwise referred to as national ) multiple award Blanket Purchase Agreement (BPA). 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 period of performance is for a 60-month ordering period from the date of award. The SAC in conjunction with VHA is seeking a qualified sources to manufacturer Cameras Photographic: Ophthalmic: Fundus on an agency wide basis. VA intends to award a multiple award BPA with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) to suppliers of this equipment. Vendors will be required to deliver Cameras Photographic: Ophthalmic: Fundus to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is 339115 Ophthalmic Goods Manufacturing and the associated size standard is 1000 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 SAM.gov | Home. All quoters must be certified as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at https://veterans.certify.sba.gov/#search at the time of quote submission. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a BPA, 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 Cameras: Photographic Ophthalmic: Fundus: are designed to take still images of the ocular fundus and associated blood vessels (i.e., fundus oculi) of the eye. These devices typically consist of dedicated high-resolution photographic (either film or digital) cameras that may include specific controls to facilitate the operation and image devices for observation; they are usually attached to a low-power microscope. Fundus cameras are frequently intended for observation of the ocular fundus after local administration of pupil dilatation drugs (known as mydriatic cameras); cameras that provide images without pupil dilatation (i.e., nonmydiatric cameras), or for both conditions are also available. The cameras are used for screening, diagnosis, and checking treatment progress in patients suffering or at risk of retinopathy (e.g., macular degeneration). The following Contract Line Items below are planned to be awarded in the proposed BPA(s). Note: This is only a sample of Cameras currently in-use at VA Medical facilities. If you plan to propose alternative brands which meets all of the Minimum Technical Requirements (MTRs; see below), please state in your response to this RFI. Manufacture Part Number Description YEAR ONE YEAR TWO YEAR THREE YEAR FOUR YEAR FIVE Zeiss 266002-1168-950 CLARUS 500 Fundus Camera 5 5 5 5 5 Zeiss 266002-1168-951 CLARUS 700 Fundus Camera with Table 10 10 10 10 10 Topcon 102449804KUS MAESTRO2 Robotic OCT and Fundus Camera; Includes three IMAGENET 6 Floating Licenses and all in one computer 10 10 10 10 10 Topcon 25042-11-001 AIT-250 two position instrument table, 24X36 tabletop, Low height 26.12"" Heigh height 38"", 450 Pound Capacity 10 10 10 10 10 Topcon 2025001073 Large Caster for AIT-250/250/650 (4 Required) 40 40 40 40 40 Topcon TRAINING Installation and Training Proved by Topcon Clinical Application Specialist 10 10 10 10 10 The Department of Veterans Affairs (VA) is seeking vendors who can provide Cameras Photographic: Ophthalmic identified above which meet all the following Minimum Technical Requirements (MTRs). Vendors are encouraged to quote any product solution or configuration so long as they meet the MTRs. Vendors are also encouraged to quote any additional product that may be necessary for the clinical functionality of the equipment. MTR# SALIENT CHARACTERISTICS METHOD OF EVALUATION CLIN MTR 1 Have Auto-focus capability Literature Review 0001 0003 MTR 2 Has the ability to capture (photograph) pupils 3.3mm or smaller Literature Review 0001-0003 MTR 3 Has a touch screen Literature Review 0001-0003 For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs 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 MTRs. 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/ CAGE Code/ SAM UIE 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 alternative from the proposed line items above) 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/d3a5b4783b9b4f9aa1e29d19be11bda7/view)
 
Place of Performance
Address: VA-wide
 
Record
SN06588004-F 20230211/230209230118 (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.