Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
SOURCES SOUGHT

65 -- 6540--Visionix Handheld Ophthalmic Refractor Retinomax K-Plus 5 Auto

Notice Date
8/12/2024 10:17:08 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0848
 
Response Due
8/14/2024 12:00:00 PM
 
Archive Date
08/29/2024
 
Point of Contact
Christine Lindsey, Contract Specialist, Phone: 813.972.2000 x2479
 
E-Mail Address
christine.lindsey@va.gov
(christine.lindsey@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this sources sought notice will be used to determine the acquisition strategy. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: VISIONIX Retinomax K-plus 5 Handheld Autorefract Keratometer with Screen. Salient Characteristics: The equipment must meet the minimum of the following: 3.5 inch monitor, with tilting screen with a 100 degree seamless range of motion. Focus Assist - Informs the examiner of the optimum focusing point using the following color-coding system. Battery with 180 minutes capacity Automatic Axis Compensation and extended measurement range. Refractory: Spherical (S + C) - -20D to +23D (VD = 12 mm) (AUTO/0.12/0.25D steps) Cylinder - 0D to ±12D (AUTO/0.12/0.25D steps) Measurement of radius of curvature Radius of curvature - 5.00 to 15.00 mm (in 0.01 mm increment) Corneal astigmatism - 0D to ±12D (R5 mm to 13 mm) / 0D to ±7D (R14 mm to 15 mm) Center - ø3.2 mm (R8 mm) Pupil size measurement - 2.0 to 12.0 mm (in 0.1 mm increment) Printer - USB Micro-B Station Charger - AC 120 V, 60 Hz Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM Unique Identification Number. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Surgical and Medical Instrument Manufacturing. To be considered a small business your company must have fewer than 1000 employees. This notice is to determine the marketplace for this specific requirement. Please check one below: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert located at https://veterans.certify.sba.gov/ 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristics specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Responses are due by 08/14/2024 3:00 PM EST, to the Point of Contact. Shipping Address: Alaska VA Healthcare System 1201 N Muldoon Road Anchorage, AK 99504 Point of Contact: Christine Lindsey Contract Specialist Christine.lindsey@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f50e45ebebfa4b8ea6c12f7523fee183/view)
 
Place of Performance
Address: Alaska VA Healthcare System 1201 N Muldoon Road, Anchorage, AK 99504, USA
Zip Code: 99504
Country: USA
 
Record
SN07167105-F 20240814/240812230124 (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.