SOURCES SOUGHT
65 -- NX EQ Lasers ND-YAG-SLT Ophthalmic
- Notice Date
- 4/9/2024 9:38:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0112
- Response Due
- 4/16/2024 8:59:00 PM
- Archive Date
- 05/16/2024
- Point of Contact
- KEVER L. SWAFFORD, Contract Specialist, Phone: 713-794-7218
- E-Mail Address
-
kever.swafford@va.gov
(kever.swafford@va.gov)
- Awardee
- null
- Description
- 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Q-Switch YAG+SLT Laser Systems (Ophthalmic Lasers) 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 ELLEX® Q-Switch YAG+SLT Laser Systems brand name or equal Ophthalmic Lasers 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 Ophthalmic Lasers 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 associated North American Industrial Classification System (NAICS) code for this procurement is 334510- Electromedical and Electrotherapeutic Apparatus Manufacturing and the associated size standard is 1250 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 Ophthalmic Lasers, are used to create surgical incisions, excise, or vaporize deeper tissue, coagulate bleeding vessels, and vaporize surface anomalies, in either open or endoscopic surgeries, depending on the device's capabilities. They may be used for general surgery, gynecology, urology, ophthalmology, dermatology, and a wide variety of other surgical specialties. Surgical lasers provide one or more laser outputs that can be used to vaporize, cut, or coagulate tissue in surgery. Their output modes include continuous and pulsed energy delivery. They utilize one or more lasing mediums that output different wavelengths and have a variety of delivery systems that alter the effects of lasers on tissue. The following Contract Line Items are being considered: Contract Line Items Part Number Description Base Year OY1 OY2 OY3 OY4 0001 TANGO_N Ellex Tango SLT/YAG Laser Console 20 20 20 20 20 0002 COLUMN_LV Table Column 20 20 20 20 20 0003 TS_ACCESS-MOBILE Table Base 20 20 20 20 20 The Department of Veterans Affairs (VA) is seeking vendors who can provide ELLEX® Ophthalmic Lasers or equal as listed above which meet all the following salient characteristics: CLIN 0001 applies to the following SC s. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Must be a Q-switched YAG laser capable of frequency doubling Literature Review SC 2 Must be able to operate in both SLT and YAG modes Literature Review SC 3 Must have a Wavelength of 1064nm in YAG mode and 532 nm in frequency doubled SLT mode Literature Review SC 4 Must have a minimum Pulse Width of 4 ns in YAG mode and 3 ns in SLT mode Literature Review SC 5 Must have a minimum Spot size of 8 um in YAG mode and 400 um in SLT mode Literature Review SC 6 Must have a minimum Energy Per Pulse or Output Energy of 0.3-10mj/pulse in YAG mode and 0.3 2.6 mj/pulse in SLT mode. Literature Review SC 7 Must have a minimum Pulse Repetition Frequency of 3 Hz Literature Review SC 8 Must have a selectable 1,2 and 3 pulse per burst in YAG mode and single pulse burst in SLT mode Literature Review SC 9 In YAG mode, must be able to shift the laser focal point posteriorly up to 350 µm Literature Review SC 10 In YAG mode, must achieve minimum plasma threshold in air of <2.0 mj. 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. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to kever.swafford@va.gov. Please respond to this SS no later than April 16, 2024 @11:59PM EST Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement. DISCLAIMER: This Sources Sought Notice 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 Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2db9e9d50ce34fc692ae0217a2964812/view)
- Place of Performance
- Address: NATIONWIDE
- Record
- SN07025102-F 20240411/240409230055 (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 |