DOCUMENT
65 -- Sources Sought Notice - Eye Clinic Diagnostic Equipment, VA St. Louis Health Care System, Jefferson Barracks Division Bldg. 55, St. Louis, MO - Attachment
- Notice Date
- 8/17/2017
- Notice Type
- Attachment
- NAICS
- #333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA St. Louis Health Care System 90AA/JB;#1 Jefferson Barracks Drive;St. Louis, MO 63125-4199
- ZIP Code
- 63125-4199
- Solicitation Number
- VA25517N0929
- Response Due
- 8/23/2017
- Archive Date
- 9/7/2017
- Point of Contact
- Karen Munroe, Contracting Officer
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought notice is in support of Market Research being conducted by VHA Network 15 Contracting to identify potential manufacturing sources and to determine if this effort can be competitive as a Service-Disabled, Veteran-Owned Small Business or Veteran-Owned, Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract based on this market research. No funds are available to fund the information solicited/provided. The proposed North American Industry Classification Systems (NAICS) Code is 333314 (Optical Instruments and Lens Manufacturing), with a corresponding Size Standard of 500 employees. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. The government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of OEM licensee agreement certifying your business is approved by the OEM to manufacture this equipment. The closing date for this sources sought notice is August 23, 2017, 10:00 a.m. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned The specific requirement for this effort is as listed below: Optical Biometry Device (Zeiss Product #266002-1162-219-PRO) Characteristics & Features: Uses Swept Source OCT Provides Full-length OCT image of showing anatomical details of the Eye Ability to recognize unusual eye geometrics of the eye, such as tilt or decentration of the crystalline lens. Telecentric Optics regardless of tech, the captured scan will be 100% in Focus Axial length from 14-38mm Ability to visualize Fixation from the Foveal Pit, or disease pathologies in the Foveal pit Automatic integration with Holladay 2 Formula VistA approved DICOM Modality Interface, FORUM interface Light Source wavelength of 780NM and composite signal for Cataract Penetration All In one biometer: Axial Length, Keratometry Measurements, White to White Measurements, as well as IOL Power Calculation in one device Accuracy to within +-0.02 mm or +- 0.05 D** (Ascan:.10 mm -.12 mm) Installation & Training: Vendor shall provide all necessary training and installation to bring the equipment to a fully functioning state Visual Field Analyzer (Zeiss Product 26602-1145-773-PRO) Characteristics & Features: System to have the ability of using liquid pressure to deliver each patient s refractive correction Touch screen interface Color graphics Gaze tracking initialization Kinetic graphical user interface with 180 ° testing range System must be able to review quantitative and qualitative information from all standard HFA analyses Must be able to change baselines and capture, track, and measure progression of Glaucoma Ability to preserve an image of the patient s eye at every stimulus presented during a standard test Must be able to check for ptosis or trial lens rim artifacts System to be able to generate reports of progression and compliance Visual field testing distance of 30 cm Maximum temporal range of 90 ° System Requirements: System hard drive to be at least 500 GB Printer included Dimensions of system to be no larger than 23 H x 20 W x 18 D Standards to follow UL, CSA, and CE Windows 7 OS Software Features: Single field analysis Glaucoma hemifield test Visual field index Guided progression analysis Serial field overview FORUM and DICOM connectivity options General Testing Features: Stimulus sizes Foveal threshold testing Automatic pupil measurement Auto liquid trail lens Stimulus Options White on white Red or blue on white Blue on yellow Fixation Control Blind spot monitor Video eye monitor Gaze tracking Head tracking Vertex monitoring Installation & Training: Vendor shall provide all necessary training and installation to bring the equipment to a fully functioning state Ocular Coherence Tomography Unit (Zeiss Product #266002-1161-980-PRO) Characteristics & Features System must have the ability to capture and provide OCT Angiography Ability is provided by one single OCT scan that allows for visualization of both micro vascular and structural information in an non-invasive dye free scan by the OCT Must have the ability to import and integrate raw data from the Cirrus Model HD OCT 4000. Exact Macular Scan Pattern of 512x 128 for retina scan with exact scanning speed at 27,000 A-scans per second within a 6mm x 6 mm. Exact Glaucoma Scan pattern of 200 x 200 in a 6 mm x 6 mm cube with exact scanning speed at 27,000 A-scans per second. Scan pattern must be able to capture and provide RNFL, ONH, Neuro Retinal Rim Tissue, and 3-D Cube capabilities all in one scan Have the ability to provide an automated Glaucoma Scan report Motorized Focus Range (Focus Adjustment) must be able to handle patients from minus 20 diopters to plus 20 diopters Capable of scanning speeds at exactly 27,000 A-scans/sec and 68,000 A-scans/sec System must be able to scan and provide a report for Ganglion Cell Analysis that is derived from a scan Must be comprised of a 6 mm x 6 mm cube scan with a minimum of 200 x 200 line scan pattern with no more than 30 microns between each slice Scan not to include Inner Limiting Membrane or the Retinal Nerve Fiber Layer Minimum pupil requirements to be 2.0 mm or less Must utilize a LSO Fundus Camera (Line Scanning Laser Ophthalmoscope) System must automatically track to prior scan Unit must be able to do this without technician needing to align to prior scan Minimal anterior segment scan of 15.5 mm x 5.8 mm in depth Be able to generate a Global Pachymetry report that is comprised of a minimum of 24 radial scans at a minimum of 9 mm in length Must be able to view Cornea Pachymetry map to provide the minimum, average, and maximum value in microns of Cornea thickness in each of the area of central 0-2 mm, 2-5 mm, and 5-7 mm range. Have the ability to provide a 12 radial HD line scan pattern for the Macula/Retina region Magnetic lens attachment for speed and efficiency when changing from posterior to anterior segment scanning. Have the ability to provide an image that is averaged over 100 x through selective profiling Have the ability to produce a GPA (Guided Progression Analysis) Report System Requirements The system must be a 90 ° configuration, so that the operator must sit 90 ° of the patient Must be wireless mouse driven, not joystick OCT system must be a self-contained unit Dimensions no larger than 26 L x 18 W x 21 H 2048 Pixel OCT camera Windows 7 OS Live LSO Fundus image Frame rate > 20 Hz Color LCD display Installation & Training: Vendor shall provide all necessary training and installation to bring the equipment to a fully functioning state Fundus Imaging Camera System (Zeiss Product #266002-1160-801-PRO Characteristics and Features: Minimum 24 megapixel sensor Ability to add fluorescein angiography with optional ICGA mode Field angles of at least 45 ° and 30 ° Capture modes to include color, red-free, blue, red and fundus auto-fluorescence images, stereo pairs, and images of the anterior segment Optical filters to be included: Filters for green and blue pictures Filters for fundus auto-fluorescence images Filters for UV/IR barrier Ability to compensation for ametropia: continuous from at least +35D to -35D Capture sequence starting at 1.5 seconds Pupil diameter 4.0 mm or 3.3 mm for small pupil mode Working distance of at least 40 mm from patient s eye to front of lens Monitor size preference of minimum 23 TFT with resolution of at least 1920 x 1080 External & internal fixation targets Four sizes of internal fixation targets including a circle for AMD patients Attention mode for internal fixation target Xenon flash lamp with at least 24 flash levels for flash energy (max of 80 W) System Requirements: Basic device dimensions similar to 16 W x 18 D x 28 H inches Rated voltage of 240 V +/- 10% Windows 7 OS Required Hard drive storage of at least 75,000 images Archiving and image analysis system Printer included Installation & Training: Vendor shall provide all necessary training and installation to bring the equipment to a fully functioning state Corneal Topographer (Zeiss Product #266002-1134-240-PRO) Characteristics and Features: Placido disk technology with 22-ring Placido disk 70 mm working distance Digital CMOS Camera with at least 1280 x 1024 resolution Optically magnifies curvature changes Clinical level accuracy in measuring central and peripheral corneal curvatures Cone alignment technology with sub-micron elevation accuracy Reconstructive of corneal surface Corneal Analysis Software Screens for at least 5 different corneal conditions Zernike corneal wavefront analysis Ability to optimize the selection of aspheric IOLs Automatic selection the highest quality image System Requirements: Basic device dimensions similar to 52 L x 37 W x 50 H centimeters Windows 7 OS Required Hard drive storage of at least 35,000 exams Installation & Training: Vendor shall provide all necessary training and installation to bring the equipment to a fully functioning state Requirements also include FORUM Data Management System to include Archive and Viewer Package as well as user licenses with Glaucoma and Retina Workplace Functions, DICOM Interface, Installation, training and service plan. Please e-mail your response advising if the requirements stated above can be met to the following address: Karen.Munroe@va.gov. This Sources Sought Notice is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAIC code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - OEM License/Agreement/Manual.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517N0929/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-N-0929 VA255-17-N-0929.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738862&FileName=VA255-17-N-0929-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738862&FileName=VA255-17-N-0929-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-N-0929 VA255-17-N-0929.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738862&FileName=VA255-17-N-0929-000.docx)
- Place of Performance
- Address: VA St. Louis Health Care System;Jefferson Barracks Division, Clinic Bldg. 55;#1 Jefferson Barracks Drive;St. Louis, MO
- Zip Code: 63125-4199
- Zip Code: 63125-4199
- Record
- SN04635034-W 20170819/170817232740-5bf1625ad8ada66897d5af71deb30eb9 (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 |