SOURCES SOUGHT
65 -- Source Sought Notice-Name Brand or Equal to Lumenis Digital Trio ALL-in-one Laser
- Notice Date
- 6/13/2022 11:47:32 AM
- Notice Type
- Sources Sought
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q1043
- Response Due
- 6/21/2022 8:00:00 AM
- Archive Date
- 07/21/2022
- Point of Contact
- Anthony Marion, Contracting Officer, Phone: 713-794-0825
- E-Mail Address
-
anthony.marion2@va.gov
(anthony.marion2@va.gov)
- Awardee
- null
- Description
- 1. Title: Name Brand or Equal to Lumenis Digital Trio ALL-in-one Laser 2. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard. Houston, Texas, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the name brand or equal product Lumenis Digital Trio ALL-in-one Laser. The Digital Trio offers the power of three: digital dual path SLT-YAG with an integrated state-of-the-art Smart532 photocoagular with SmartPulse subthreshold capabilities, ensuring maximal efficacy with minimal collateral damage. Contractor shall provide all shipping, equipment, personnel, labor, installation, calibration and on-site training for name brand or equal product Lumenis Digital Trio ALL-in-one Laser. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide Digital Trio ALL-in-one Laser that is name brand or equal to suggested manufacturer Lumenis. The salient characteristics and specification include, but not limited for the Name Brand or Equal product: Unit shall feature SLT, YAG and green laser photocoagulation functions. Unit shall have an integrated high-definition camera capable of video and imaging. The unit shall possess a two legs table that is Americans with Disabilities Act Standards for Accessible Design (ADA). Unit shall allow true wheelchair accessibility with convenient control features. Digital Trio Specifications: Glaucoma Laser Devices: Selective Laser Trabeculoplasty Technique (lumenis.com) YAG Photodisruptor Mode SLT Mode Photocoagulator Mod Wavelength 1064nm 532nm 532nm Laser Source Q-Switched Nd:YAG Q-Switched Frequency Doubled Nd:YAG Diode-Pumped Solid State (DPSS) Energy (power) 0.3-10 mJ per pulse, up to burst of 3 pulses 0.3-2 mJ 50 - 2500mW Pulse Duration 3 nano-seconds 3 nano-seconds 0.01 - 3 seconds Burst Mode 1, 2 or 3 pulses per burst (selectable) Single Pulse Not Applicable Spot Size 8 microns 400 microns 50 - 1000 on Z-Link; 5-500 on Convrg-Link Cone Angle Cone Angle 16 degrees < 3 degrees Posterior Offset Posterior Offset 0 - 350 microns (continuously variable) Not Applicable Pulse Rate Not Applicable Not Applicable 0.05 - 1 second & Single Pulse Aiming Beam Aiming Beam Red Diode, continuously variable adjustable intensity Red Diode, continuously variable adjustable intensity Cooling Cooling Air Cooled Air Cooled Electrical Requirements Electrical Requirements 100 -240 VAC, 50/60 Hz, 3.15 Amps 100 -240 VAC, 50/60 Hz, 3.15 Amps CDRH Classification CDRH Classification FDA IIIb FDA IIIb https://lumenis.co.uk/medical/eye-care-products/slt-yag/digital-trio/ 4. Place of Performance: Veterans Health Care System of the Ozarks Warehouse Building 8 1100 N. College Ave Fayetteville, AR 72703 5. Responses Requested: The MEDVAMC requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. c. Does your company meet all required four prong factors for the Nonmanufacturer Rule (NMR) per guidance of SBA and 13 C.F.R. ยง 121.406? Offer must answer all questions below. 1. Does your company exceed the 500 employee alternative size standard for nonmanufacturers? _________ 2. Is your company primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied? __________ 3. Does your company must take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? __________ 4. Does your company supply the end products of a small business manufacturer or processor made in the United States? _____________ d. Is your company considered small under the NAICS code 339115? e. Do you (offer) manufacture the product itself or a distributor of the items being researched above? f. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). g. Do you (offer) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? h. Do you (offer) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? i. Is your (offer) Buy American Certificate completed in SAM? Please provide evidence with response. j. Is your (offer) Trade Agreement Certificate completed in SAM? Please provide evidence with response. k. Information for the name brand or equal product being requested, is it manufactured outside the US-Domestic non-available? l. Information for the name brand or equal product being requested, is it a foreign manufactured end product under the trade agreement? m. What is your schedule of delivery after receipt of order for the name brand or equal product? n. For the name brand or equal product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for name brand or equal product. o. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work. p. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose. 6. Opportunity: The MEDVAMC, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by June 21, 2022 at 10:00 am (CST) via email to anthony.marion2.gov. All Questions shall be submitted by June 15, 2022 at 12:00 pm (CST) via email to anthony.marion2.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25622Q1043-RFI-Sources Sought- 36C25622Q1043 - Veterans Healthcare System of the Ozarks. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by MEDVAMC as ""market research"" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Anthony Marion Email address: anthony.marion2@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d1b411fbf2364584829c1405a7efbe5c/view)
- Place of Performance
- Address: Veterans Healthcare System of the Ozarks Warehouse Building 8 1100 N. College Avenue, Fayetteville 72703, USA
- Zip Code: 72703
- Country: USA
- Zip Code: 72703
- Record
- SN06356784-F 20220615/220613230108 (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 |