Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2021 SAM #7280
SOURCES SOUGHT

65 -- Optometry Equipment Delivery for Lebanon VAMC (Brand name or equal) This is not a request for quote

Notice Date
11/4/2021 8:46:00 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0073
 
Response Due
11/8/2021 12:00:00 PM
 
Archive Date
02/06/2022
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800x203443
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 7. Optometry Equipment (Brand name or equal to) INTRODUCTION/BACKGROUND: The Department of Veteran Affairs, VISN 4, Lebanon VA Medical Center Lebanon, PA hereby referred to as the VAMC Lebanon (595), is requesting the following brand name or equal to equipment: four (4) Reichert 11637-Phoroptor, four (4) Heine Omega 600 Ophthalmoscope Set, two (2) Tono-Pen XL Tonometer and two (2) Kowa HA-2 Handheld Tonometer. This is a brand name or equal to requirement. This represents the standard of care in Optometry and is also the equipment which outfits all the eye exam rooms at Lebanon VAMC.  We are requesting lifecycle replacement of this equipment to maintain continuity of care offered to our Veterans as well as continue standardized equipment for operational, logistical, safety, and teaching purposes at this facility. MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Salient Characteristics of Optometry Equipment Brand name or equivalent four (4) Reichert 11637-Phoroptor Lighted dials to make it easier and more efficient to perform refractions in the darkened setting of the exam room. Lighted sphere, cylinder power and cylinder axis scales that are easier than ever to see. Utilizes cool running, energy efficient LEDs that light only what you need to see without affecting the darkened refracting environment. Sphere: -19.00D to +16.75D in 0.25D Steps Cylinder Power: 0.00D to 6.00D in 0.25D Steps Plus lens system Cylinder Axis: 360 degrees (Double 0 to 180 degrees scale) in 5 degrees graduations Cross Cylinder: ± 0.25 ± 0.37 or ± 0.05 Optional Prism: 0 to 20 Prism Diopter, 1 Prism Diopter graduations P.D.: 48 mm to 75 mm, 1 mm graduations Vertex Distance: 13.75 mm (normal) Graduations extend range by 6 mm Reading Distance: 5 to 28 inches Centimeter and diopter scales included Auxiliary Dial: 10 lenses plus 2 open apertures Brand name or equivalent four (4) Heine Omega 600 Ophthalmoscope Set Allows you to view the entire retina, including the far periphery and is the lightest high-end BIO on the market. Vision Boost technology - Adjust light as you need it from 3-100% or even up to 245% for cataract examinations Stereoscopic Adjustment Technology - 3D imaging for any pupil size and peripheral views Yellow, blue, or red-free filter to adjust diagnostic needs Non-Reflective front glass for better view Ultralight lithium polymer battery Up to 8 hours operating time Intuitive locking of the optics unit Durable, faux leather padding Cable-free design Easy disinfecting due to integrated electronics, dust-proof optics, and lack of openings Brand name or equivalent two (2) Tono-Pen XL Tonometer The Tono-Pen XL Applanation Tonometer is an easy-to-use, handheld instrument that provides IOP readings that correlate closely with Goldmann Tonometry. Tono-Pen XL's lightweight ergonomic design and advanced electronic measurement technology enable operators to take fast and accurate IOP measurement with minimal training. Weighing only 2.1 ounces, Tono-Pen XL is extremely portable making it easier to take IOP measurements anywhere on any patient. The Tono-Pen XL tonometer utilizes micro strain gage technology and a 1.0 mm transducer tip. Leading Edge recognition software ensures that measurements are taken only at applanation, while ScanLock tracking rapidly scans the electronic measurement data at a rate of 500 samples per second. This advanced microprocessor technology produces objective IOP measurements that are less influenced by operator bias than Goldmann tonometry. The average of four independent readings, combined with a statistical confidence index, ensure accurate, repeatable, and reliable tonometry results. The Tono-Pen XL tonometer functions in any orientation, making it ideal to use on all of your patients including those in beds or wheelchairs. The device activates with the push of a button and results are displayed clearly on the easy-to-read LCD screen. Patients will appreciate the quick and gentle measurement process. Clinically Trusted The proven reliability of the device allows operators to take IOP measurements confidently anytime, anywhere, and in any position. 25 years of clinically proven accuracy and reliability Rapid, accurate and objective IOP measurement Functions in any position Portable and extremely light weight Easy-to-read LCD display Weight: 2.1 oz (59.4 g) Length: 7.25 in. (18.4 cm) Width: 1 in. (2.5 cm) Thickness: 0.875 in. (2.2 cm) Transducer: Micro Strain Gauge Measurement Range: 5 - 80 mmHg Power Source: 2 Ocu-Cel XL batteries Brand name or equivalent two (2) Kowa HA-2 Handheld Tonometer Using industry standard tonometer probes, this instrument is ideal for domiciliary situations or as a back-up tonometer and provides pressure readings using the gold standard applanation principle. The internal spring mechanism allows accurate readings of intra-ocular pressure in any orientation, regardless of patient position or posture. The compact and lightweight design allows simple and easy operation, and the built-in illumination enables use of the instrument regardless of the lighting conditions. The precision dial provides direct readings of the pressure. A 3x long eyepiece is also available. Compact, lightweight, and well-balanced; easy to handle with just one hand Unique, one spring mechanism ensures correct reading regardless of patient's posture Built-in illumination enables instrument use regardless of lighting conditions No conversion tables necessary with direct reading type precision dial built into the device Accessories such as an adjustable headrest and an interchangeable eyepiece provide the most optimal conditions for measurement Standard prism heads Standard battery power source The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Beverly Miller Phone Number: 717-272-6621 x4120 Email: beverly.miller1@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery shall be within thirty (30) days from the time of award. All items and accessories shall be delivered to the Lebanon VAMC (595) located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. Biomedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11)Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12)Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 3:00 PM Eastern Standard Time (EST) on November 8, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b536661597f4377ba1eba511b919bfe/view)
 
Place of Performance
Address: Lebanon VAMC-Optometry 1700 S. Lincoln Ave., Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06171538-F 20211106/211104230119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.