Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2025 SAM #8780
SOURCES SOUGHT

65 -- NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)

Notice Date
12/8/2025 1:22:32 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
36C10G26Q0014
 
Response Due
12/22/2025 8:59:00 PM
 
Archive Date
03/31/2026
 
Point of Contact
Lisa Thompson, Contract Specialist, Phone: 303-712-5773
 
E-Mail Address
lisa.thompson10@va.gov
(lisa.thompson10@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION 1. DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Scanning Systems: Laser: Optical Biometry 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 3M® brand name or equal the Scanning Systems: Laser: Optical Biometry 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 the Scanning Systems: Laser: Optical Biometry to VA medical centers and facilities throughout the United States and its territories. 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 objective is to provide Scanning Systems: Laser: Optical Biometry to be used by clinicians throughout the VA medical centers and facilities. The period of performance is The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 - Surgical Appliance and Supplies Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies 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.gov prior to submitting an offer or quotation. You may access the 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. SCOPE OF WORK: A Scanning Systems: Laser: Optical Biometry is crucial for accurate IOL power calculations before cataract surgery, ensuring optimal vision after the procedure. It involves measuring the eye's anatomical characteristics, like axial length and corneal curvature, to determine the correct IOL power needed to achieve the desired refractive outcome. Scanning Systems: Laser: Optical Biometry is used as part of a cataract surgery procedure. Cataract is the name given to the human lens that lives behind the iris when it becomes cloudy. The human eye has the ability to see or not see based on three things. a. The axial length of the eye. b. The power of the lens. c. The power of the clear surface of the eye (cornea). The lens has magnification power just like the surface of the eye (cornea). If a surgeon removes the human lens, it must be replaced with equivalent power so that all three factors add up to enough power for the eye to see. As an example, 60 diopters at a distance, and 62 diopters to see up close. The biometry device measures the power of the cornea around (40 diopters), measures the power of the lens (around 20 diopters) and then uses the length of the eye (distance between the cornea and the lens and distance of the cornea to the retina). One simple formula is called the SRK/T. The biometry device predicts the power of what the lens power should be to make the patient see clear at a distance or near. The biometry device also predicts what the power of the artificial lens, called intraocular lens implant (IOL), should be if placed in different parts of the eye (in front of the iris or behind the iris). If emplaced behind the iris, it is about 20 diopters and if emplaced in front of iris, it is about 17 diopters. In other words, the Scanning Systems: Laser: Optical Biometry is the most important diagnostic device to perform cataract surgeries. Without this system, facilities are unable to perform cataract surgeries. The device performs procedures for Current Procedural Terminology (CPT) 76514, 76512, 99174, 92025, and 92136. The surgery CPT codes are 66984, 66982, 66991, and 66989. Within the VA, approximately 70K surgeries are performed annually. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter indicate that each product being offered as an equal product to the Zeiss® IOL Master 700. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The quoter must also clearly identify the item by brand name (if any) and make/model number. Finally, the quoter must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Items Manufacture Part Number Description 0001 Zeiss 266002-2118-007 IOL Master 700 0002 Zeiss 000000-2244-886-40FCZDIC Forum-DICOM Interface The Department of Veterans Affairs (VA) is seeking vendors who can provide Zeiss® IOL Master 700 or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION Applicable CLIN SC Literature Map SC 1 Must have ability to obtain biometry readings on dense cataracts Manufacturer Meeting, Literature Review 0001 SC 2 Must have at least 3 biometry formulas (Barrett, Holladay, Hoffer, Haigis) Manufacturer Meeting, Literature Review 0001 SC 3 Must be capable of providing the surgeon with multiple Intraocular Lens Power options (anterior chamber, posterior chamber (bag), Sulcus Manufacturer Meeting 0001 SC 4 Must perform keratometry measurements Manufacturer Meeting, Literature Review 0001 SC 5 Must provide calculations for Toric Lenses Manufacturer Meeting, Literature Review 0001 SC 6 Must have ability to compensate for motion artifact (patient moving) Manufacturer Meeting, Literature Review 0001 SC 7 Must be DICOM compatible Manufacturer Meeting, Literature Review 0001, 0002 SC 8 Must provide at least one year warranty Manufacturer Meeting 0001 SC 9 Must integrate and function with both Vista/CPRS and Cerner Manufacturer Meeting 0001 SC 10 Must have ability to connect and function with an operating room Microscope Manufacturer Meeting 0001 SC 11 Must have ability to perform corneal topography Literature Review, Manufacturer Meeting 0001 SC 12 Must have ability to compensate for previous refractive surgeries (RK, PRK, LASIK) when providing an IOL power calculation Manufacturer Meeting, Literature Review 0001 SC 13 Must have FDA 510 K approval Literature Review 0001 In addition to meeting or exceeding the minimum salient characteristics listed on Combined Synopsis/Solicitation Notice, the Government will evaluate the following specific technical areas and assign an adjectival rating: Design (All design features and functions of the offered device will be evaluated. Areas may include but are not limited to the following) Types of devices that the biometry will communicate/interface with Ability to send and retrieve reports to and from CPRS and Cerner Ability to use previously stored data to compare results over time User interface features and ease of use Performance Quantity and quality of fixation controls (compensate for patient motion) Modalities (methods) to calculate Intraocular lens power (light, ultrasound, LASER) Types and duration of testing modalities Ability to determine refractive error Ability to provide remote access to data/reports and images, other than at the device itself, immediately upon completion of the test. Support Warranty terms and conditions Service plan terms and conditions Again, for each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer (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. Authorized Distributor Letter Certified by OEM with a current date. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b59bcf654ac4bfb952a3dc04e615834/view)
 
Place of Performance
Address: NATIONWIDE, USA
Country: USA
 
Record
SN07660177-F 20251210/251208230037 (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.