SOURCES SOUGHT
65 -- NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
- Notice Date
- 9/12/2024 6:52:54 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G25Q0003
- Response Due
- 9/19/2024 9:00:00 AM
- Archive Date
- 10/19/2024
- Point of Contact
- Cyia Jones, Contract Specialist
- E-Mail Address
-
Cyiamaudia.Jones@va.gov
(Cyiamaudia.Jones@va.gov)
- Awardee
- null
- Description
- 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Laser: Optical Tomography 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 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 Zeiss Cirrus 6000® or equal Scanning Systems: Laser: Optical Tomography 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 Laser: Optical Tomography Scanning Systems 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 or not 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 339112 Surgical and Medical Instrument 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 https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at Vendor Information Pages (VIP) 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 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 Optical coherence tomography (OCT) scanning systems are designed to obtain cross-sectional images of eye (i.e., ophthalmic) tissues. These systems typically consist of a computerized unit that includes a light source, a photodetector, and a display. The light beam (usually in the infrared range) is divided into two beams, one directed towards the sample and the other towards a moving reference mirror. Tomographic images are then obtained by detecting the interference between the light reflected by both beams. The images obtained can show tissue about two or three mm (0.08 to 0.12 inch) in depth and provide axial and lateral resolution in the order of micrometers. The systems reveal the underlying structure not directly observable (tomographic images) in an analogous way, but with higher image resolution than conventional B-mode ultrasound and magnetic resonance imaging. Systems that use light sources at different frequencies simultaneously (spectral domain systems), rather than a mechanical movement of a mirror, are also available. OCT ophthalmic scanning systems are used for a variety of clinical applications involving accurate retinal and intraretinal thickness measurements. The following Contract Line Items are being considered: Contract Line Items Manufacture Part Number Description 0001 Carl Zeiss 266002-1175-543 Zeiss Cirrus 6000 Optical Coherence Tomograph (OCT) 0002 Carl Zeiss 266002-1175-541 Zeiss Cirrus 6000 Optical Coherence Tomograph (OCT) AngioPlex The Department of Veterans Affairs (VA) is seeking vendors who can provide Zeiss Cirrus 6000® or equal Scanning Systems: Laser: Optical Tomography system as listed above or equal commodities which meet all of the following salient characteristics: CLIN s 0001-0002 apply to the following SC s : SC # SALIENT CHARACTERISTICS CLINS SC 1 Must perform Optical Imaging CLIN 0001 and 0002 SC 2 Must use Spectral domain OCT methodology CLIN 0001 and 0002 SC 3 Must use Super Luminescent diode (SLD), 840 nm, Optical Source CLIN 0001 and 0002 SC 4 Must be able to perform linear Glaucoma Progression analysis over time CLIN 0001 and 0002 SC 5 Must be able to perform anterior segment imaging, wide angle to angle scan. CLIN 0001 and 0002 SC 6 Must be OCT Angiography Capable CLIN 0002 SC 7 Must have up to a 50 degree field of view CLIN 0002 SC 8 Must provide visualization of vascular structures and avascular structures CLIN 0002 SC 9 Must have ability to delineate vascular structures such as choriocapillaris, choroid, retina, vitreoretinal interface CLIN 0002 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: Full name and address of company DUNS number 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 or-equal item) 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/253ae4518d5d4d939c8fec399b8bdc28/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN07209889-F 20240914/240912230129 (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 |