SOURCES SOUGHT
65 -- RETval Electroretinogram CS: Maureen Sundstrom
- Notice Date
- 7/3/2023 3:41:45 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
- 36C26023Q0790
- Response Due
- 7/10/2023 3:00:00 PM
- Archive Date
- 08/09/2023
- 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. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Alaska VA Healthcare System, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. 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 items 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 Small Business Administration VetCert Registry located at https://veterans.certify.sba.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) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) 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) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. 8) Please identify the country of origin for all items. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy. 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. Delivery address: Alaska VA Healthcare System AVAHS Warehouse 5955 Zeamer Ave JBER, AK, 99506 Items: LKC Technologies 1 00857901006033 RETeval Complete (USA) 1 95-076 RETeval Flash Electrode & Supply Kit 4 95-068 Sensor Strip Electrodes (Box of 50 pairs) 1 Extended Warranty RETeval Complete Extended Warranty 1 year Salient Characteristics: Electroretinogram must be Portable, handheld - device can be used anywhere in various clinic settings must have Constant pupil tracking - allows for non-dilated testing must have Noninvasive Electrodes and not require corneal electrodes Testing on both eyes can be completed in only few minutes Appropriate for any age Color-coded report to simplify interpretation must have Diabetic retinopathy score must have Automated dimming and reddening of the display during dark-adapted testing must Dynamically measure and compensate for pupil size to create a consistent retinal stimulation must Measure and report ambient light levels Display must show real-time view must have Objective test ability used for management of diabetic, retinopathy, CRVO and glaucoma patients, at all stages must include device training must include report interpretation training must be small enough to fit in a drawer or similar small area no larger than 14X8X5 inches must have cordless ability with minimum 4 hour battery life must be FDA approved for use with dilated and undilated pupils must have minimum 1 year warranty Unique Features of the RETeval Device Light source Red LED (621 nm) Green LED (530 nm) Blue LED (470 nm) White RGB Flash luminance energies(cd/m2) 0.0001-15 0.001-17 0.0001-5 0.002-30 Bacckground Luminance (cd/m2) 0.03-3000 0.2-3500 0.03-1200 0.4-6000 Input type Custom 3 pin connector with positive, negative, and right leg drive signal Noise 100 dB at 50-60Hz Frq. Range DC-Couple Flicker Frq. Approximately 71nV /bit Data resolution Approx 71 nV / bit Input range +/- 0.6V Sampling rate Approx.. 2KHz Timing accuracy < +/- 0.1ms Timing Precision Typically, < +/-1 ms Pupil Measurement 1.3mm 9.0mm - <0.1mm resolution, 28.3 Hz Safety Battery-powered. Complies with optical, electrical, and biocompatibility safety standards Power source Li-Ion battery allows testing of approx.. 70 patients before recharging, depending on the protocol used Rechage Time 4hrs Charger included Size 2.8 Wx3.8 Dx9 H Weight 8.5 oz Docking Station Convenient storage location, charging stand, and USB connectivity to your computer and network Protocols Based on software options, choose from retinal illuminance(TD) and luminance(cd/m20) versions of ISCEV standard protocols, flicker protocols, and other protocols If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 3:00pm PST on July 10, 2023. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2e3b15c719b4c72b7ee38bae35defc7/view)
- Place of Performance
- Address: Alaska VA Healthcare System 5955 Zeamer Ave, JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06735967-F 20230705/230704210943 (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 |