SOURCES SOUGHT
65 -- BNOE NX EQ Cameras: Photographic: Ophthalmic: Fundus (VA-23-00026806)
- Notice Date
- 1/23/2024 3:08:21 PM
- Notice Type
- Sources Sought
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0045
- Response Due
- 2/7/2024 8:59:00 PM
- Archive Date
- 05/16/2024
- Point of Contact
- Kimberly LeMieux, Contract Specialist
- E-Mail Address
-
Kimberly.LeMieux@va.gov
(Kimberly.LeMieux@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Cameras Photographic: Ophthalmic: Fundus 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 manufacturer Cameras Photographic: Ophthalmic: Fundus 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 Cameras Photographic: Ophthalmic: Fundus to VA medical centers and facilities throughout the United States. 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 associated North American Industrial Classification System (NAICS) code for this procurement is 339115 Ophthalmic Goods Manufacturing and the associated size standard is 1000 employees | . The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM 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. 2.0 SCOPE - Cameras: Photographic Ophthalmic: Fundus: are designed to take still images of the ocular fundus and associated blood vessels (i.e., fundus oculi) of the eye. These devices typically consist of dedicated high-resolution photographic (either film or digital) cameras that may include specific controls to facilitate the operation and image devices for observation; they are usually attached to a low-power microscope. Fundus cameras are frequently intended for observation of the ocular fundus after local administration of pupil dilatation drugs (known as mydriatic cameras); cameras that provide images without pupil dilatation (i.e., nonmydiatric cameras), or for both conditions are also available. The cameras are used for screening, diagnosis, and checking treatment progress in patients suffering or at risk of retinopathy (e.g., macular degeneration). The following Contract Line Items are being considered: CLIN Part Numbers Description BASE YEAR OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 0001 266002-1168-950 CLARUS 500 Fundus Camera 7 7 7 7 7 0002 266002-1168-951 CLARUS 700 Fundus Camera with Table 8 8 8 8 8 The Department of Veterans Affairs (VA) is seeking vendors who can provide Zeiss Brand Name or Equal Cameras: Photographic Ophthalmic-Fundus 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. Vendors are asked to quote any additional product that may be beneficial. These items must be captured in the vendors pricing volume. CLIN s 0001-0002 apply to the following SC s SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Have Auto-focus capability Literature Review SC 2 Has the ability to capture 2 images at the same time Literature Review SC 3 Have a small pupil detection feature 3.3 or better Literature Review SC4 Have AutoFlorescence so clinicians can visualize (or observer) lipofuscin deposits (or florescence) in the retinal pigment Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the 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 Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0beee0db291e443b959cc69474e65fcb/view)
- Place of Performance
- Address: Nationwide
- Record
- SN06943132-F 20240125/240123230042 (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 |