Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
SOURCES SOUGHT

65 -- Optometry Daytona Optos Equipment - Survey

Notice Date
10/21/2016
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 801 Kenney Ave Ste 2301, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA460816Q0072
 
Archive Date
11/19/2016
 
Point of Contact
Jennifer R. Souza, Phone: 3184563181, Gary E Frank, Phone: 3184566833
 
E-Mail Address
jennifer.souza.3@us.af.mil, gary.frank@us.af.mil
(jennifer.souza.3@us.af.mil, gary.frank@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Capability Survey REQUEST FOR INFORMATION (RFI) FOR A10600 Daytona Optos UWF Retinal imaging system & electronic table Request For Information/Sources Sought Synopsis: This RFI is issued as market research, solely to identify potential sources. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or promise to issue a solicitation in the future. The information provided in response to this RFI is for discussion purposes, and any potential strategy developed from this discussion would be the subject of a separate future announcement. Disclaimers: As stated in Federal Acquisition Regulation (FAR) subpart 15.201(e), Reponses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. AS stated in FAR 52.215-3, "Request for Information or Solicitation for Planning Purposes," the Government does not intend to award a contract on the basis of this RFI. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The information received in response to this RFI may be utilized by the United States Air Force (USAF) in developing required documents (i.e.; Statement of Objectives, Performance Work Statement, or Purchase Description). The Government requests non-proprietary information to be submitted in response to this RFI. However, should proprietary information or trade secrets be submitted, it should be clearly identified and marked "PROPRIETARY," and handled accordingly. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted and not properly identified. Proprietary information shall be safeguarded in accordance with the applicable Government regulations. The government has not made a commitment to procure any of the items discussed. Release of this RFI shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become property of the USAF and will not be returned. 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 under this RFI. Response to the RFI is strictly voluntary. PURPOSE/DESCRIPTION: The contractor shall furnish labor, tools, materials, facilities, transportation, and training necessary to install the items listed below: Description Part Number Optos Daytona UWF Retinal Imaging System or Equal With The Essential Salient Features Requested A10600 Electronic Table (Wheelchair accessible and ADA approved) N9719 SALIENT CHARACTERISTICS AND OPERATING CONDITONS: Essential Characteristics: Unit shall have real-time Optical Coherence Tomography; Unit shall have Directional Markers; Unit must have Pre-Shaped Tip for steering; Unit must have Spiral Flute; Unit must have Flush port; Unit must have Torque able shaft. Field of view shall be between: 36 degrees wide by 20 degrees High; frame rate shall be: >20 Hz; transverse resolution shall be: 25 um(in tissue); iris imaging methodology shall be comparable to a CCD camera; resolution shall be: 1280x1024. Shall be equipped with live iris image during alignment. Fixation shall be internal & external; internal fixation focus adjustment shall be: -20D to +20D(diopters). Internal computer must be at least windows 7, with an i7 Intel processor. Memory shall be at least 4GB. Hard drive/internal storage: >750GB. Shall be able to store >80,000 scans. Unit shall have an integrated display monitor that is a color flat panel display of at least 19inches. Unit shall have at least 6 USB ports. Dimensions shall not exceed a Width of 29 inches, a Depth of 28 inches and a Height of 69 inches. Shall have electrical specs equal to 100-240 VAC 50/60hz Operation Conditions: Optical coherence tomography laser scanning system will be used to obtain real-time images inside the vasculature (i.e., intravascular). These systems consist of a central computerized unit that provides a laser scanning beam and includes a high-definition display showing the intravascular images, patient data management capabilities, and controls for both data and image characteristics; and an intravascular fiber-optic catheter that uses this technology is attached to the central unit. Intravascular scanning systems are intended to assess complex lesions inside the vasculature (e.g., coronary arteries), to facilitate internal measurement. INSTRUCTIONS: 1. The documents below and attached contain a description of the Optos Daytona UWF Retinal Imaging System and the Electronic Table requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient capability in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Small businesses are encouraged to participate in this Market Research. 4. Questions relative to this market survey should be addressed to the requiring activity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3149fce3215c54cad5edb41ddc463800)
 
Place of Performance
Address: 243 Curtiss Road, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN04310005-W 20161023/161021233759-3149fce3215c54cad5edb41ddc463800 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.