SOURCES SOUGHT
65 -- NX EQ Ophthalmic Perimeters
- Notice Date
- 3/28/2025 12:55:13 PM
- 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
- 36C10G25Q0070
- Response Due
- 4/10/2025 6:00:00 AM
- Archive Date
- 04/25/2025
- Point of Contact
- Alex Beck, Sara Vickroy
- E-Mail Address
-
Alex.Beck1@va.gov, Sara.Vickroy@va.gov
(Alex.Beck1@va.gov, Sara.Vickroy@va.gov)
- Description
- 1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Department of Veterans Affairs� (VA) Strategic Acquisition Center (SAC) is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) as a means of conducting market research to identify qualified sources with the capability and the resources to meet the Veterans Health Administration�s (VHA) Non-Expendable Equipment National Program requirement for Ophthalmic Perimeters. The SAC in conjunction with VHA is seeking a qualified source to supply brand name or equal Zeiss Humphrey� Field Analyzer 3 (HFA3) and associated equipment on an agency-wide basis. VA intends to award a single 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 Perimeters 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 339112 � Surgical and Medical Instrument Manufacturing, Product Service Code: 6515 � Medical and Surgical Instruments, Equipment, and Supplies. Manufacturing and the associated size standard is1,000 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 submission. Submissions for this �sources sought� shall be submitted by email no later than April 10, 2024, at 9:00am EST to all the following: Alex.Beck1@va.gov Sara.Vickroy@va.gov 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. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time. 2.0 SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Ophthalmic Perimeters product line as a candidate for a VA-wide (otherwise referred to as �national�) single Requirements contract award. The Zeiss Humphrey� Field Analyzer 3 (HFA3) (Ophthalmic Perimeters ) or equal are electronic ophthalmic instruments designed to measure the quality and quantity of central and peripheral vision, which is the visual field. The device measures and records the visual field one eye at a time by projecting a light stimulus in a field that extends approximately 60-110 degrees, in all directions. Once the test is completed, the perimetry device converts the visual stimuli to a topography-like grayscale map that allows the ophthalmologist to see areas of normal vision, mildly depressed vision, and areas of severe depressed vision. These devices are used to diagnose and monitor diseases such as glaucoma and brain strokes. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Ophthalmic Perimeters to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. The following Contract Line Items are being considered: Contract Line Items Manufacturer Part Number Description 0001 Zeiss MFA3 860 Humphrey Field Analyzer 3 0002 Zeiss Installation Installation and initial training 0003 Zeiss OPTIME Prevent Service Agreement Prevent 0004 Zeiss OPTIME Advanced Service Agreement Advanced 0005 Zeiss OPTIME Complete Service Agreement Complete The Department of Veterans Affairs (VA) is seeking vendors who can provide Zeiss Humphrey� Field Analyzer 3 (HFA3) (Ophthalmic Perimeters ) as listed above or equal commodities which meet all the following salient characteristics. CLIN 0001 applies to the Following SCs: SC # SALIENT CHARACTERISTICS Method of Evaluation SC 1 Must have automated eye tracking Literature Review SC 2 Must have temporal range of 90 degrees each eye Literature Review SC 3 Must have multiple Fixation Control options. Literature Review SC 4 Must be capable of static perimetry Literature Review SC 5 Must be capable of kinetic perimetry Literature Review SC 6 Must perform multiple testing strategies Literature Review SC 7 Must provide progression analysis using trend patterns Literature Review SC 8 Must provide ability to view HFA-style reports. Literature Review SC 9 Must have ability to provide a minimum of these visual stimuli: white on white; red/blue on white; blue on yellow Literature Review SC 10 Must be DICOM compatible. Literature Review SC 11 Must provide at least one year warranty 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 is 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. Contractors submitting capability statements in response to this RFI must specifically address the questions outlined above. Generic capability statements that do not directly pertain to this RFI will not be considered. Additionally, links requesting capability statements or further information will not be accessed. All responses must be submitted as an actual file attachment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/47ae77e661cd487daa592ac999dac557/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07390833-F 20250330/250328230046 (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 |