SOURCES SOUGHT
65 -- Zeiss Eye PACS Support
- Notice Date
- 8/15/2022 11:33:26 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0797
- Response Due
- 8/23/2022 11:00:00 AM
- Archive Date
- 09/07/2022
- Point of Contact
- Michael J Gamby, michael.gamby@va.gov, Phone: 360-816-2775
- E-Mail Address
-
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
- Awardee
- null
- 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 Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: CARL ZEISS MEDITEC- ANNUAL OPTIME FORUM MUST MEET THE BELOW SALIENT CHARACTERISTICS. The contractor shall furnish labor necessary to provide unscheduled maintenance and support for Zeiss Forum PACS system. Services shall be performed in accordance with terms, conditions, and specifications contained herein. System is located at the following VISN 20 VA facilities: Puget Sound Healthcare System, Boise VA, Roseburg VA, Walla Walla, White City, Mann-Grandstaff (Spokane) VA, and Portland VA. ****SALIENT CHARACTERISTICS OF FORUM DATA MANAGEMENT**** Image and Data Management System must be FDA 510k approved and listed as a Medical Device. Image and Data Management System must provide Post Processing Analysis, Dynamic Review/Manipulation of RAW data functionality for ZEISS Cirrus HD-OCT. If Glaucoma Workplace is procured you can do with the ZEISS HFA Instruments as well. Image and Data Management System must be able to store and access raw instrument data from ZEISS Field Analyzer, ZEISS Cirrus HD-OCT, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Camera systems. Image and Data Management System must have functionality to enable real-time and dynamic editing/manipulation of all prior Visual Field Test data for all Glaucoma patients and allow for Baseline changes, real-time report generation for any VFI date, display RealEye images and data from the new ZEISS HFA 3 instruments. Image and Data Management System must support DICOM standards and Work-List functionality in order to create and send patient demographics to a specific or all instrument s via a DICOM work-list within the eye clinic s network. Combined Report: HFA-Cirrus reports for Structure Function analyses in Single Display with OD-OS on one (1) page printout from data of Cirrus HD OCT and a Humphrey Visucal Field. If Combined Report is procured as option of FORUM. Image and Data Management System must have Bi-directional DICOM capabilities to send both DICOM Modality Work-lists containing Consult/Order details to instrument s within the eye-clinics network and receive back the diagnostic test results and RAW data for storage within the Image and Data Management System for access. Image and Data Management System must connect to any brand of non-DICOM diagnostic instrument with export capabilities, and convert the diagnostic test results into a DICOM compatible file containing all patient demographical information, UID s, Accession number, Device name and type, laterality and other key pieces of data with the least amount of user interaction. This must be then stored within the Image and Data Management System and also forwarded to the NAVY ECIA (Enterprise Clinical Imaging Archive) Image and Data Management System must not require the use of an external PC or import computer for a DICOM compatible modality. Image and Data Management System must be able to download all past RAW data from one or more ZEISS Field Analyzers, ZEISS Cirrus HD-OCT s, ZEISS Visucam Fundus Camera and ZEISS FF450/Visupac Fundus Cameras acquired within the main clinic and all satellite clinics upon installation of the Image and Data Management System. Image and Data Management System must be able to display ZEISS Field Analyzer Glaucoma Progression Analysis (GPA) and enable the clinician to manipulate data and store baseline changes at the workstation within the Image and Data Management System if Glaucoma Workplace is procured as a part of FORUM Image and Data Management System must be able to display and allow the clinician to scroll through the various ZEISS Cirrus Macula Cube B-scan slices, within in the Image and Data Management System viewer. Image and Data Management System must be able to display images in pre-formatted clinical display groupings for Glaucoma, Retina and Cataract cases. Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 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 339113 SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) 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). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond 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. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 8/23/2022 11:00 am PST, to the Point of Contact. Shipping Address: Various VA Medical Centers: Puget Sound Healthcare System, Boise VA, Roseburg VA, Walla Walla, White City, Mann-Grandstaff (Spokane) VA, and Portland VA. Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6041946f58ce431baa1176edb954c78e/view)
- Record
- SN06427881-F 20220817/220815230133 (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 |