Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2022 SAM #7520
SOURCES SOUGHT

65 -- 562-22-3-700-0155 | Carl Zeiss Cirrus HD-OCT Model 5000 | Erie VAMC | Optometry Equipment (VA-22-00080374)

Notice Date
7/1/2022 11:57:03 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
36C24422Q0903
 
Response Due
7/8/2022 12:00:00 PM
 
Archive Date
07/18/2022
 
Point of Contact
Sarah Chrostowski, Contract Specialist, Phone: 814-860-2010
 
E-Mail Address
Sarah.Chrostowski@va.gov
(Sarah.Chrostowski@va.gov)
 
Awardee
null
 
Description
Statement of Need: Carl Zeiss Cirrus HD- OCT model 5000 Erie VAMC (562) 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. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), Pittsburgh is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for Brand Name ZEISS OS CIRRUS HD-OCT 5000. End-User/Facility POC: Francine Maney Acquisition Utilization Specialist: Scott Burick Background: The Department of Veterans Affairs, Erie VA Medical Center, has a brand name requirement for one (1) ZEISS OS Cirrus HD-OCT Model 5000. This equipment will be located at the Warren CBOC. The OCT (Ocular Coherence Tomographer) scans the layers of the back of the eye, showing normal and abnormal structures at the microscopic level. It gives baseline information as to effectiveness of treatment on the structural changes in common diseases such as clinically significant macular edema, cystoid macular edema and glaucoma. In many cases it has replaced the invasive procedure intravenous fluorescein angiograms (IVFAs). It has become the standard of care for monitoring these conditions and is becoming the standard of care for patients on the medication hydroxychloroquine (plaquenil). Salient Features (Brand Name or Equal): ZEISS OS: This equipment must have the capability to capture and provide OCT Angiography. The equipment must have the capability for OCT Angiography provided in 1 single scan. This equipment must have exact Macular Scan Pattern of 512 x 128 for retina scan with exact scanning speed of 27,000 A-scans a second within a 6mm x 6mm. This equipment must be capable of comparing 8 tests in one glance under the GPA (Glaucoma Progression Analysis) in one view. This equipment must be able to provide a report for Ganglion Cell Analysis which is derived from a 6mm x 6mm cube can with minimum 200 x 200-line scan pattern. This equipment must have the capability to scan Anterior Segment at a minimal 15.5mm in length x 5.8 mm in depth which is the full view of the Anterior Chamber. This equipment must be capable of generating a Global Pachymetry report that is comprised of a minimum of 24 radial scans and must be a minimum 9mm in length. This equipment must utilize an LSO Fundus Camera (Line Scanning Laser Ophthalmoscope). This equipment must be able to generate a Ganglion Cell Progression Analysis that will review previous tests of a single eye. Item # Description Qty 266002-1149-102 ZEISS OS Cirrus HD-OCT Model 5000 1 Tech-UPG Technology Upgrade (software & upgrades for two years) 1 Training and Installation: Contractor shall provide installation services for this procurement. Contractor shall install all applicable software and configure all network connections on the equipment. Contractor shall perform a full functionality test on the equipment to ensure that the equipment is properly sending data either directly to the Zeiss Forum or to its client PC and then to the Zeiss Forum. Contractor shall ensure any bi-directional communication is tested fully, allowing for sending and retrieval of data. Contractor shall provide Biomedical Engineering with all back up discs, licensure, software keys and passwords necessary to fully maintain the equipment. SECURITY & PRIVACY CONTROL: This is installation of a stand-alone instrument only. If vendor will be on station: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Training is required upon hire and annually thereafter as long as the contract is in place. Contractor can self-enroll in TMS, take VA Privacy Training course # VA20939, and provide a copy of the completed training certificate to the government point of contact or COR if applicable. Alternatively, the contractor can read the text version and provide a copy of the completed training certificate to the government point of contact or COR if applicable. Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504 Monday Friday from 8:00am 4:00pm 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) 334510 (size standard of 1000 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) 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? (4) 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). (5) If you re a small business and you are an authorized distributor/reseller provide an authorized distributor letter 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? (6) 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 sub contracted work and completion of job. (7) 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. (8) 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? (9) 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. (10) 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 sarah.chrostowski@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on July 8, 2022. 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 Sarah Chrostowski at sarah.chrostowski@va.gov Questions or Responses will include the Source Sought number 36C24422Q0903 in the subject line. 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. If a solicitation is issued, information will be posted on the beta.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 sarah.chrostowski@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://sam.gov/opp/754d85a7029a43e18ad57338d7753344/view)
 
Place of Performance
Address: Erie VA Medical Center 135 E 38th Street, Erie 16506, USA
Zip Code: 16506
Country: USA
 
Record
SN06377203-F 20220703/220701230100 (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.