Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Tracking OCT System OPTICAL TOMOGRAPHY

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jan 30, 2025 11:13 am PST
  • Original Response Date: Feb 05, 2025 04:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 06, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Department of Veterans Affairs VA Los Angeles Healthcare System Los Angeles, CA 90037 ,

Description

Presolicitation Notice Presolicitation Notice Page 6 of 6 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 6 THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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. ***ALL submissions SHALL Include the following statement: 691 - 36C26225Q0414 Optical Tomography This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (Size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Infusion Pump units and components that can address the attached list of DRAFT requirements for multiple VA Medical Centers. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain. Also, please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to john.harrison2@va.gov Telephone responses will not be accepted. Responses must be received no later than 02/05/2025, by 4:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement. Brand name Information: Manufacturer & Part Number: Spectralis Tracking OCT System 0226-OCT2-BP-MC Type: Optical Tomography Possible Capabilities: Modular Imaging Equal to product Information: Main component: Optical Tomography Possible Capabilities: Modular Imaging ***ALL submissions SHALL Include the following statement: 691 - 36C26225Q0414 Optical Tomography 0226-OCT2-BP-MC 1 Spectralis Tracking OCT System 1 EA W/OCT2 BluePeak Multicolor 88025A 2 OCT Angiography, OCTA SHIFT (85 &125 KHZ) 1 EA 0226-DICOM-VI-E 3 DICOM Interface to Vista Imaging Electronic 1 EA 0226-ASM 4 Spectralis Anterior Segment Module 1 EA 0238-233 5 HEYEX Network License 5-Pack 1 EA 0226-962B 6 GMPE Software 1 EA 0226-962T 7 GMPE Software - Installation & 1 EA On-Site Training (Software sold separately) HEYEX1 8 HEYEX 1 1 EA 0226-962B 9 WLA & LAACC Glaucoma Modules GMPE 2 EA Software 0226-962T 10 GMPE Software - Installation & 1 EA On-Site Training (Software sold separately) TOTAL COST: $ Salient Characteristics bnUnit must provide multimodality imaging for SD-OCT (Spectral Domain Optical Coherence Tomographer) combined with cSLO (scanning laser ophthalmoscope) Unit must provide point-to-point correlation between fundus and OCT scans. Unit must provide anterior segment module for anterior segment imaging (cornea and angle) Unit must provide Autofluorescence, red-free and infrared imaging. Unit must provide auto rescan automatically place follow up scans in the same position. Unit must provide at least five separate light sources at these wavelengths of 870 nm SLD, 815 nm diode laser, 786 nm diode laser, 518 diode laser, 486 diode laser. Unit must provide fundus imaging with confocal scanning laser ophthalmoscope (cSLO) Unit must provide 30° x 30° field of view with isotropic resolution: (11 m 5 m) Unit must have wide field imaging Must be compatible with existing VA eye clinic network viewing stations.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History