Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

66 -- Optical Coherence Tomographer and Angioplex - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0605
 
Response Due
8/21/2017
 
Archive Date
9/5/2017
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified sources for the equipment listed below. This is not a request for quotations. The Department of Veterans Affairs, NCO20 is looking for sources of the following: MFG Part Number / Item 1. 266002-1161-980-PRO / Zeiss OS/CIRRUS HD-OCT Model 5000 This an Unrestricted, Brand Name or Equal notice and the brand manufacturer is Carl Zeiss Meditec. The VA Medical Center in need of this item currently has Zeiss FORUM in use. The Zeiss Cirrus 5000 is an Optical Coherence Tomographer, an instrument that is used to produce detailed cross-sectional and 3D images of the eye. It is used for the diagnosis and treatment of many eye diseases such as retina and glaucoma. Any equal item must meet or exceed the following salient characteristics 1) Must provide Optical Coherence Tomography with Enface imaging 2) Must provide OCT Angiography - Has ability to utilize a single OCT scan to visualize both microvascular and structural layers of the retinal without administration of dye 3) Has tracking system with auto fovea and optic nerve centering after image capture 4) Must have RPE analysis to map out geographic atrophy 5) Must have Ganglion Cell Analysis with graphical change analysis 6) Must be able to scan up to 68,000 A-scan/sec 7) Must be able to have easy to use anterior segment lens for anterior segment OCT imaging 8) Must provide non-contact pachymetry with cornea mapping 9) Must be able to scan retinal nerve fiber layer and optic nerve head to produce repeatable, automated analysis of retinal nerve fiber layer thickness, rim area, disc area, C/D ratio, cup volume and symmetry with comparison to a normative data base. 10) Must be able to oversample image to produce a high-resolution image definition 11) Must be able to provide radial line scan for the macula for high definition foveal detail 12) Has Macular scan pattern with a 6mmx6mm cube 13) Has Glaucoma Scan of 6mmx6mm cube with capture of RNFL, ONH, Neuro-Retinal Rim Tissue, 3-D cube 14) Minimum pupil 2 mm or less so that images can be obtained with or without dilation 15) Must produce anterior segment scan enabling imaging of the entire cornea, entire anterior chamber with angle, iris and lens measurement 16) Must be a 90-degree configuration so the tech can stand to the side of the patient to maintain proper head position while imaging 17) Must have review station software that allow the imaging machine to be fully functional while data is being reviewed via review station. 18) Must be HL7 compliant and be DICOM compatible Must be listed on the VA approved VISTA Imaging DICOM interface list (attached May 2017). 19) Must be fully interfaceable with other Carl Zeiss products including work lists, Humphrey Visual Fields, Humphrey Matrix instruments, and retinal cameras via FORUM to generate custom reports for export into VISTA imaging. 20) Must be Windows 7 or higher 21) Must have table and printer to hold machine 22) Must have a wheelchair adjustable table 23) Minimum 19 Display Potential sources shall provide, at a minimum, the following information to Point of Contact listed below: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 333314 Optical Instrument and Lens Manufacturing. To be considered a small business your company must have fewer than 500 employees. 3) Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who responds to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 4) If there are no small business manufacturers, the Non-Manufacturer Rule (NMR) will apply and an NMR Individual waiver will be requested. Responses are due by 08/21/2017 12:00 am EST, to the Point of Contact. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2dc686e0ece2c37106468459285308c3)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0605 VA260-17-N-0605_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727568&FileName=VA260-17-N-0605-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727568&FileName=VA260-17-N-0605-000.docx

 
File Name: VA260-17-N-0605 P02 VistA -Imaging -DICOM -Modality - May 2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727569&FileName=VA260-17-N-0605-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727569&FileName=VA260-17-N-0605-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Seattle VAMC;VA Puget Sound Health Care System;Warehouse 90D;1660 S. Columbian Way;Seattle
Zip Code: 98108
 
Record
SN04625220-W 20170813/170811232145-2dc686e0ece2c37106468459285308c3 (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  © 1994-2020, Loren Data Corp.