Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2022 SAM #7665
SOURCES SOUGHT

65 -- SOURCES SOUGHT NOTICE 564-0016 OPHTHALMIC DATA & IMAGE SOFTWARE

Notice Date
11/23/2022 9:46:55 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0170
 
Response Due
12/9/2022 8:00:00 AM
 
Archive Date
12/19/2022
 
Point of Contact
Mari Gibson, Contract Specialist, Phone: 318-466-2236
 
E-Mail Address
mari.gibson@va.gov
(mari.gibson@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Ophthalmic data and image software 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Radiopharmaceuticals and associated materials. Contractor shall provide all shipping, containers, personnel, labor and testing for the radiopharmaceuticals and associated materials This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price Blanket Purchase Agreement (BPA). Please review this announcement, respond to questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver Ophthalmic data and image software for the Veterans Healthcare System of the Ozarks (VHSO), 1100 N College, Warehouse Building #8, Fayetteville, Arkansas 72703. The VHSO has a requirement for the following brand name supplies: Manufacturer Stock# Description Carl Zeiss Meditec 00000-2131-31 12/01FOBP42 Carl Zeiss Meditec, Inc. Forum Basic License package v.4. Carl Zeiss Meditec 306601-8530-1 111/30FSFOL3 Scheduled, forwarding license, V3 Carl Zeiss Meditec 306601-8530-1 110/30FMSAL3 Multi-site access license, V3 Carl Zeiss Meditec 306601-8530-1 100/20Fview3 FORUM Viewer, V3 Carl Zeiss Meditec 000000-2259-0 029/20GW31US CARL ZEISS MEDITEC, INC. Carl Zeiss Meditec 000000-2259-0 031/30RW201U CARL ZEISS MEDITEC, INC. Carl Zeiss Meditec 306601-8530-1 101/40FCZDIC CARL ZEISS MEDITEC, INC. FORUM-DICOM INTERFACE LICENSE TO CZM INSTRUMENT (Vx.x) Carl Zeiss Meditec 306601-8530-1 103/40F3PDL3 FORUM INTERFACE LICENSE TO 3RD PARTY DICOM INSTRUMENT (V3) Carl Zeiss Meditec 306601-8530-1 104/40F3PFIM FORUM-DICOM FILE IMPORT FOR 3RD PARTY INSTRUMENTS LICENSE (V3) Carl Zeiss Meditec 306601-8530-1 106/30FEVSL3 Extended video site license (V3) (cataract suite) Carl Zeiss Meditec 000000-2083-8 851/50FEMRH7 FORUM EMR Package Incl HL7 Carl Zeiss Meditec 000000-2246-5585 FORUM enterprise package Carl Zeiss Meditec 000000-2076-7772 ZEISS OS UPGRADE CIRRUS INSTRUMENT REVIEW SOFTWARE TO CIRRUS REVIEW SOFTWARE (7.x) Local database (Includes FORUM CZM RS CONNECTIONS, RPE and GC Analysis) (10-pack with remote installation) Carl Zeiss Meditec INSTL&TRN-MED D Installation and training - Medium Carl Zeiss Meditec INSTL&TRN-VRY YSML Installation and training very small Carl Zeiss Meditec EAP-MEDIUM Enterprise Architecture Project-Medium Sites Carl Zeiss Meditec EAP-VERY Small Enterprise architecture Project-very small Carl Zeiss Meditec 266002-1130-0 065 ZEISS OS Connectivity service plan REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the brand name products listed in the table found in the background section above. In the response, please cite business size status. Please respond to this RFI if you are capable of providing supplies that can be determined EQUIVALENT to the products listed in the table found in the background section above. Please provide details on proposed EQUIVALENT products such as Manufacturer Name, Part Number, Description, and Country of Origin. 4. Place of Performance: Veterans Healthcare System of the Ozarks Delivery Location and delivery address 1100 N College, Warehouse Building #8, Fayetteville, Arkansas 72703 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5u in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Due to the critical need of these supplies in a timely manner, emergent (non-scheduled) orders, contractor shall deliver orders within 120 minutes (2 hours) upon receipt of telephone order and may occur during normal business hours, after hours, weekends, and on holidays. Do you (contractor) possess the capability to meet the government required deliver orders within 120 minutes (2 hours) upon receipt of telephone order? b. Do you (contractor) possess the capability to meet the government requirements of Section 3 Scope for the Ophthalmic data and image software of the Draft SOW (shown below)? c. Do you (contractor) possess the capability to meet the government requirements of Section 4 Specific tasks for the Ophthalmic data and image software of the Draft SOW? d. Do you (contractor) possess the capability to meet the delivery location and remote training per Section 10 of the Draft SOW? e. Do you (contractor) possess the capability and personnel to meet the period of performance Section 11 of the Draft SOW? f. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. g. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. h. Is your company considered small under the NAICS code 334516? i. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? j. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). k. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? l. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? m. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. n. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. o. Information for the product being requested, is it manufactured outside the US-Domestic non-available? p. Information for the product being requested, is it a foreign manufactured end product under the trade agreement? q. What is your schedule of delivery after receipt of order for the product? r. For the product required, Is your company available under any: Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for product. s. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by December 9, 2022, at 10:00 am (CST) via email to mari.gibson@va.gov. All Questions shall be submitted by December 6, 2022, at 10:00 am (CST) via email to mari.gibson@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25623Q0170 -RFI-Sources Sought- Ophthalmic data and image software-Houston, TX. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Mari Gibson Email address: mari.gibson@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. STATEMENT OF WORK (SOW) Carl Zeiss FORUM PACS Eye Imaging Platform Oct 2022 1. Contract Title: Carl Zeiss FORUM 2. Background: The eye clinic images are currently stored in a few different ways, on external hard drives, scanned images into the patient records, or on the equipment hard drives. The VA has a need to be capable of saving the images to the patient record, and to be able to allow the images to be shared with other providers. FORUM will provide the capability. 3. Scope. FORUM provides a platform to manage and store eye clinic PACS imaging and data. This will connect eye clinic imagining modalities to a virtual server where the data and images will be saved with real time backup, and portability to other VA facilities. FORUM is an ophthalmology data management solution that streamlines workflows for eye examination and diagnosis. Users are provided with dedicated pre-sets for two major pathologies, which are retina and glaucoma. This technology provides real-time access to diagnostic data from local and remote sites. 4. Specific Tasks: 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 print out 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. 5. Performance Monitoring (if applicable): Performance will be monitored by the Biomedical technicians at each location. Eye Clinic technicians and managers will report performance interactions to the Biomed department for contract oversight. 6. Security Requirements: The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The vendor will not be provided any government furnished equipment. 8. Other Pertinent Information or Special Considerations: None. 9. Risk Control: No risk associated. 10. Place of Performance: The place of performance will be the vendor providing support remotely to the Fayetteville VAMC. Support will be provided via telephone and internet remote support. Physical address: Veterans Healthcare Systems of the Ozarks, 1100 N College Avenue, Warehouse #8, Fayetteville, AR 72703. Training will be provided onsite and remotely. 11. Period of Performance. Period of performance will be one year. 02/31/2023 04/30/2023 (tentative) 12. Delivery Schedule: There are no documents or reports to be delivered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d89fd522a134f9e829c3a9fdbd1b43e/view)
 
Place of Performance
Address: Veterans Healthcare System of the Ozarks 1100 N College Avenue, Warehouse - Building #8, Fayetteville, AR 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN06527502-F 20221125/221125074514 (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.