Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2023 SAM #7729
SOURCES SOUGHT

65 -- Non-Contact Tonometer/Auto Keratometer/Auto Refractor CS: Maureen Sundstrom

Notice Date
1/23/2023 3:08:07 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0210
 
Response Due
1/30/2023 4:00:00 PM
 
Archive Date
03/01/2023
 
Point of Contact
Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE ONLY. This is an Unrestricted/Open Market request for information in support of the White City VA Medical Center, Oregon, for market research purposes only to determine the availability of potential vendors capable of providing the requirement below. Results from this Sources Sought will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339112. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 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) If not a manufacturer, only authorized representatives/providers/distributors 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. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. 7) Please identify the country of origin for all items. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Equipment: NON-CONTACT TONOMETER/AUTO KERATOMETER/AUTO REFRACTOR: Tonoref II Ark With Tonometry: Manufacturer Nidek Medical Products Salient Characteristics: AUTO REFRACTOR/KERATOMETER Measurable Range Sphere Cylinder Axis 30.00D to +25.00D (V.D. =12mm), (0.01/0.12/0.25D increments) 0D to ±12D (0.01/0.12/0.25D increments) 0° to 180° (1°/5° increments) Minimum Measurable Pupil Diameter 2mm Chart Scenery chart (balloon target) Radius Curvature 5.00 to 13.00mm (0.01mm increments) Corneal Refractive Power 25.96D to 67.50D (n=1.3375), (0.01/0.12/0.25D increments) Auto Track & Automatic Data Capture X-Y-Z direction, Automatic Data Capture PD Measurable Range 30.00mm to 85.00mm (indication increments: 1mm) Corneal Size (CS) 8.1mm 14.6mm (indication increments: 0.1mm) Pupil Size (PS) 0.8mm 12.1mm (indication increments: 0.1mm) NON-CONTACT TONOMETER Measurement Range 1mm Hg to 60mm Hg Measurement Range Settings APC40, APC60 (APC=Automatic Pressure Control) 40, 60 Standard PC puff does not automatically adjust Working Distance 11.0mm Eye Fixation Inner Fixation Light Auto Track & Automatic Data Capture X-Y-Z direction, Automatic Data Capture GENERAL INFORMATION Monitor Multi-position tilt color LCD Printer Thermal line printer The equipment must meet at a minimum the following: 1) Combination non-contact tonometer, auto-refractor, and auto-keratometer all in one 2) Superior optics and image quality 3) Fast and accurate measurements 4) Fully automatic eye-tracking horizontally and vertically with automatic measurement 5) Tonometer measurement range of 1mm Hg to 60mm Hg 6) Minimum measurable pupil diameter of 2mm 7) SLD technology for brighter illumination 8) Adjustable chinrest 9) Adjustable multi-position, color, LCD monitor 10) Ability to print out results If your business is interested and capable, please provide, at a minimum, the above requested information, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 4:00pm PST on 30 January 2023. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time. Shipping Address: VA Medical Center 8495 Crater Lake Hwy Bldg 223 WHSE White City, OR 97503
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29d3f07f03604ac8acf9ec8383289e9e/view)
 
Place of Performance
Address: VA Medical Center 8495 Crater Lake Hwy Bldg 223 WHSE, White City, OR 97503, USA
Zip Code: 97503
Country: USA
 
Record
SN06571154-F 20230125/230123230110 (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.