SOURCES SOUGHT
65 -- NX EQ Image Digitalization System Ophthalmic (FOURM)
- Notice Date
- 1/31/2024 1:07:16 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0067
- Response Due
- 2/12/2024 12:00:00 PM
- Archive Date
- 05/21/2024
- Point of Contact
- Jalima J. Jones, Contract Specialist
- E-Mail Address
-
Jalima.Jones@va.gov
(Jalima.Jones@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 9 of 9 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 9 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Image Digitization System: Ophthalmic 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 Sources Sought Notice 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 brand name or equal Zeiss FORUM Image Digitization System: Ophthalmic 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 Zeiss FORUM Image Digitization System: Ophthalmic 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 to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 800 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 offerors must be certified 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 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 Sources Sought Notice 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 Zeiss FORUM Image Digitization System: Ophthalmic is designed to acquire and digitize ophthalmic (e.g., fundus camera, fluorescing angiography) images for viewing, storage, and/or printing. The imaging system typically consists of a digital camera, usually in the form of a microchip (a charge-coupled device [CCD]); digital processors for image enhancement; electronic recorder storage (e.g., CD-ROM); and printers. Ophthalmic digitization systems are intended mainly to obtain images taken from fundus and fluorescing angiography cameras. The following Contract Line Items are being considered: Contract Line Item# Part Number Description BASE YEAR YEAR 1 YEAR 2 YEAR 3 YEAR 4 0001 000000-2131-312 FORUM Archive and Viewer Pkg. (v4.0) (incl: 1 Archive, 3 Viewer, 3 DICOM CZM Instr. Connection) 50 50 50 50 50 0002 000000-2078-492 FORUM Glaucoma Workplace 2.0 (includes 3x user licenses (US Combined Report) 75 75 75 75 75 0003 FORUM ENT PKG FORUM Enterprise Package (incl. VNA, LDAP/SSO, Enterprise Backup 25 25 25 25 25 0004 000000-2020-237 FORUM Glaucoma Workplace user license (v3) (Qty 1) (Qty is Variable dependent on number of techs and Doctors) 100 100 100 100 100 0005 306601-8530-100 FORUM Viewer license, floating (v3) (Qty is Variable dependent on number of techs and Doctors) 100 100 100 100 100 0006 30660-8530-110 Multi-Site Access License (v3) (one license per FORUM server) 100 100 100 100 100 0007 306601-8530-111 Scheduled forwarding license (v3) (one license per FORUM server) 75 75 75 75 75 0008 000000-2143-476 HFA - Cirrus Review Software Combined Reports site license (v3) (one license per FORUM server) 250 per hour 150 150 150 150 150 0009 000000-2117-638 Extended Video Site License (v3) (one license per FORUM server) with Cataract Suite Marker less - Special Offer 100 100 100 100 100 0010 000000-2127-615 ZEISS Retina Workplace 2.0 (US) - Includes License Pack and 3 User Licenses 100 100 100 100 100 0011 000000-2127-546 ZEISS Retina Workplace User License (Qty is Variable dependent on number of techs and Doctors) 100 100 100 100 100 0012 306601-8530-107 FORUM-HL7 interfaces (includes EMR, HIS, HL7-ADT and HL7-ORM) (v3) (one license per FORUM server) 100 100 100 100 100 0013 306601-8530-101 FORUM Bi-directional DICOM interface license to CZM instrument (v3) (Qty is Variable dependent on Zeiss Instruments that need to be connected) 100 100 100 100 100 0014 306601-8530-103 FORUM interface license to 3rd party DICOM instruments includes Link net 1.0 + 3rd party DICOM Instrument (Qty is Variable dependent on 3rd party manufacturer Instruments that need to be connected) 100 100 100 100 100 0015 306601-8530-104 FORUM Uni-directional DICOM file import license for 3rd party instruments (v3) 100 100 100 100 100 0016 000000-2131-312/01FOBP42 FORUM Basic License Package (V.4.2) 50 50 50 50 50 0017 306601-8530-111/30FSFOL3 Scheduled, forwarding License (V3) 100 100 100 100 100 0018 306601-8530-110/30FMSAL3 Multi-Site Access License (V3) 100 100 100 100 100 0019 306601-8530-100/20FVIEW3 FORUM Viewer (V3) 150 150 150 150 150 0020 000000-2259-029/20GW31US Glaucoma Workplace Module 150 150 150 150 150 0021 000000-2020-237/30FGWPU3 Viewer License FORUM Glaucoma Workplace 150 150 150 150 150 0022 000000-2259-031/30RW201U Zeiss Retina Workplace Module 150 150 150 150 150 0023 000000-2127-546/30FRWPUL Viewer License Retina Workplace User License 150 150 150 150 150 0024 306601-8530-101/40FCZDIC FORUM-Dicom Interface License to CZM Instrument 150 150 150 150 150 0025 306601-8530-103/40F3PDL3 FORUM Interface License T 3rd Party Dicom Instrument (V3) 150 150 150 150 150 0026 306601-8530-104/40F3PFIM FORUM-Dicom File Import for 3rd Party Instruments License (per Server) 75 75 75 75 75 0027 306601-8530-106/30FEVSL3 Extended Video Site License Cataract Suite (Callisto Eye) 75 75 75 75 75 0028 000000-2083-851/50FEMRH7 FORUM-EMR Package Incl. Hl7 75 75 75 75 75 0029 000000-2246-585 FORUM Enterprise Package (VNA, PKI, SSO, LDAP Active Directory) 25 25 25 25 25 0030 WIN 10 UPDATE Windows 10 Update for Zeiss Devices - per Device 100 100 100 100 100 0031 INSTL&TRN-LRG Installation and Training-Large (Class 1) 25 25 25 25 25 0032 INSTL&TRN-MED Installation and Training-Med (Class 2) 25 25 25 25 25 0033 IINSTL&TRN-SML Installation and Training-Small (Class 3) 50 50 50 50 50 0034 INSTL&TRN-VRYSML Installation and Training-Very Small (CBOC s) 50 50 50 50 50 0035 EAP-LARGE Enterprise Architecture Project-Large Sites (Class 1) 50 50 50 50 50 0036 EAP-MEDIUM Enterprise Architecture Project-Medium Sites (Class 2) 50 50 50 50 50 0037 EAP-SMALL Enterprise Architecture Project-Small Sites (Class 3) 50 50 50 50 50 0038 EAP-VERY SMALL Enterprise Architecture Project-Very Small Sites 50 50 50 50 50 0039 266002-1130-065 Mandatory Connectivity Service Plan, Initial Year 25 25 25 25 25 0040 266002-1130-065 Mandatory Connectivity Service Plan after Year 1, Annually 25 25 25 25 25 0041 EDC Enterprise Database Conversion 25 25 25 25 25 0042 266002-1150-893 Enterprise Architecture Design (per hour) Need vendor quote prior to purchase 25 25 25 25 25 0043 Install Installation Remote (Per hour) Need vendor quote prior to purchase 25 25 25 25 25 0044 Remote Train Remote Training (Per hour) Need vendor quote prior to purchase 25 25 25 25 25 0045 CER-INT Cerner EHR integration Activation (per hour) 25 25 25 25 25 The Department of Veterans Affairs (VA) is seeking vendors who can provide Zeiss FORUM Image Digitization System: Ophthalmic as listed above or equal commodities which meet all the following salient characteristics: All CLINS must be CERNER compliant. CLIN s 0001-0011 and 0013-0018 apply to the following SC s SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION Vendors provide page # where each SC is met in your Technical Literature SC 1 PACS Image-Management system needs to be labeled by the FDA as a 510k tasks. Literature Review SC 2 The PACS Data-management must be able to provide access to reports AND interact with RAW data within the image-management system Literature Review SC 3 PACS Data Management System must offload the patient database and RAW data from the OCT and the Visual Field Perimeter and have the entire existing patient database reside on the server Literature Review SC 4 OCT technology: Functionality of the PACS Data Management system should perform RAW data analysis within the system Literature Review SC 5 ERM Communication protocol must include Cerner 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: Does vendor offer an annual service plan, Yes or No? If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts? Vendor are requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? 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 and page numbers where each salient characteristic is met. 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/99b2803c9c014b7aa6659e59f1421fee/view)
- Place of Performance
- Address: Nationwide
- Record
- SN06951504-F 20240202/240131230052 (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 |