SOURCES SOUGHT
65 -- Eye Clinic OCT System
- Notice Date
- 4/5/2023 12:22:48 PM
- Notice Type
- Sources Sought
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0828
- Response Due
- 4/14/2023 4:00:00 PM
- Archive Date
- 06/13/2023
- Point of Contact
- Hanan Chaaban, Contract Specialist, Phone: 562-766-2234
- E-Mail Address
-
Hanan.Chaaban@va.gov
(Hanan.Chaaban@va.gov)
- Awardee
- null
- Description
- This is a source sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, small veteran owned business or service disabled veteran owned small business) relative to NACIS 339115 (size standard of 750 employees). This is not a solicitation. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the SAM.gov website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network Contracting Office NCO22, is seeking sources for vendors to purchase a Eye Clinic OCT System for the VA Ventura Healthcare System. The anticipated award date shall be 4/25/23. If you are interested and are capable of providing the required services please provide the requested information as indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified Hubzone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small Business, (7) Is your firm a Veteran Owned Small Business? Small businesses considering participation in this potential solicitation process under any Small Business Set-aside procedure must do so in a manner consistent with the requirements of the Small Business Act. Responses to this notice shall be e-mailed to Hanan.Chaaban@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 4:00 p.m. 4/14/23. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. SCHEDULE OF SUPPLIES: SALIENT CHARACTERISTICS: Equipment must meet the minimum functional, performance, technical, and physical specifications characteristics outlined below to enable the government to perform its required functions: JSN M5560C OPTICAL COHERENCY TOMOGRAPHY Name Brand or Equivalent: Heidelberg Engineering. Model: Spectralis Tracking OCT System Shall be an ophthalmic imaging device and platform having a modular and upgradeable design to allow clinicians to configure the unit to specific diagnostic workflows. Shall combine laser fundus imaging with simultaneously acquired OCT. Multi-modality imaging shall include: Infrared-Reflectance (IR) With a wavelength of 815 nm, infrared reflectance allows for comfortable imaging and exact, high-resolution visualization of intraretinal changes, such as cystoid macular edema (CME) or central serous chorioretinopathy (CSCR) Blue-Reflectance (red-free) A blue laser with a wavelength of 486 nm is used for the acquisition of red-free fundus images. Blue reflectance images are best for spotting pathological changes in superficial retinal structures, such as epiretinal membranes, retinal folds, and cysts. MultiColor simultaneously uses three laser wavelengths (infrared, green, and blue) to provide diagnostic images that show distinct structures at different depths within the retina. These detailed images enable visualization of structures and pathology not always visible on ophthalmoscopy or traditional fundus photography. Scanning Laser Angiography SPECTRALIS scanning laser angiography can be conducted with either fluorescein or ICG dye. Detailed, high-resolution images and video sequences visualize vessel filling, flow, and leakage. FA and ICGA can be acquired simultaneously or individually in combination with OCT imaging. Fundus Autofluorescence (BluePeak) BluePeak reveals metabolic stress in the retina using fluorescent lipofuscin as an indicator. With non-invasive fundus autofluorescence, areas of geographic atrophy and other pathologies can be easily visualized. The optional RegionFinder software allows for the quantification of atrophic areas in the retina seen on BluePeak images. OCT Angiography (OCTA) The OCT Angiography Module is a non-invasive imaging method that produces detailed three-dimensional representations of the retinal and choroidal vasculature. The multimodal SPECTRALIS platform offers the ability to combine OCTA with structural OCT, confocal scanning laser imaging, and dye-based angiography in a single device General Information Input voltage 100 240 Volt Power consumption 140 VA Light Sources FA laser 486 nm (blue) Green laser 518 nm (green) ICGA laser 786 nm (infrared) IR laser 815 nm (infrared) OCT-SLD 880 nm (infrared) Standard Objective Lenses Max. scan fi eld (visual angle) 30° × 30° (ca. 9 × 9 mm) ART (image averaging) up to 100 single images Widefield Imaging Objective Lens Max. scan fi eld (visual angle) Ø 55° (ca. 16,5 mm) High resolution mode (digital) 10 µm/pixel lateral ART (image averaging) up to 100 single images Ultra-Widefield Imaging Objective Lens Max. scan fi eld Ø 102° (ref. pupil), Ø 135° (ref. eye center) High resolution mode (digital) 20 µm/pixel lateral ART (image averaging) up to 100 single images OCT Retinal imaging A-scan rate 40 kHz / 85 kHz Axial digital image size 496 pixel Axial resolution 3,9 µm/pixel Lateral resolution 5,7 µm/pixel Scan angle up to 55° (ca. 16,5 mm) Scan depth into the tissue 1,9 mm Scan patterns Line scan, volume scan, radial scan, circle scan, ONH-RC scan, individual OCT Anterior imaging cSLO image width 8,3 / 11 / 16,6 mm OCT scan depth 8,3 / 11 / 16,6 mm ART (image averaging) up to 100 single images OCT Angiography imaging High speed mode 30° × 15° with 11 µm lateral resolution High resolution mode 10° × 10° with 5,7 µm lateral resolution Max. number of pixel 768 × 384 pixel ART (image averaging) up to 7 single images SOW: SCOPE: VA GLA is requesting contractors provide the brand name or equivalent equipment that meets or exceeds the physical, functional and performance of the listed salient characteristics in this section. The equipment features are essential to the technical requirements that meet the needs of the government. The contractor shall provide equipment, installation, onsite training, and operator and service manuals for all equipment. The contractor must provide proof of being an authorized distributor of manufacturer with the capability of performing all requirements. INSTALLATION: Contractor shall provide proper installation to ensure the equipment functions as designed. TRAINING: Contractor shall provide a one-time training, at installation of equipment (if applicable). Government will not require additional training. OPERATOR AND SERVICE MANUALS. Contractor shall provide one set of OEM (Original Equipment Manufacturer) operator and service manuals. WARRANTY OF EQUIPMENT: The Government requires the manufacturer s standard industry warranty term. The Government will not accept extended warranties which require advance payment. PERFORMANCE: Hours: Normal duty hours are 7:30 a.m. through 3:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. PLACE OF DELIVERY: VA Ventura CBOC 5250 Ralston St, Ventura, CA 93003 SECURITY Information Security The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in ""VA Information and Information System Security/Privacy Requirements for IT Contracts"" located at the following Web site: http://www.iprm.oit.va.gov Contract Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba4024545712431caebf10d1f4aa3051/view)
- Place of Performance
- Address: Department of Veterans Affairs Ventura CBOC Healthcare System 5250 Ralston St, Ventura 93003
- Zip Code: 93003
- Zip Code: 93003
- Record
- SN06641590-F 20230407/230405230110 (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 |