TopCon Maestro2 OCT and Fundus Camera
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: Sources Sought (Original)
- Original Published Date: Jul 15, 2022 02:35 pm EDT
- Original Response Date: Jul 25, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
- NAICS Code:
- 333314 - Optical Instrument and Lens Manufacturing
- Place of Performance: Bethesda , MD 20892USA
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.
For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).
Background:
The National Institute of Neurological Disorders and Stroke (NINDS) Clinical Center of the National Institutes of Health (NIH) supports active clinical research to investigate the causes, treatment, and prevention of neurologic diseases. The Translational Neuroradiology Section (TNS) is developing and building a Mobile Clinical Research Unit (MCRU) to provide a comprehensive resource for investigators across the NINDS Clinical Research Program. The MCRU will use ultra-low-field MRI and optical coherence tomography (OCT) to conduct on-location neurological screening. Pairing these modalities in satellite locations achieve detailed screening of underrepresented and disabled populations. Images from both MRI and OCT reveal anatomic detail of pathologic changes in brain, retina, and optic nerve. Due to the limited space and movement between screening sites, equipment must be spatially conscious with a stable enough foundation to withstand road travel.
Purpose and Objectives:
The purpose of this acquisition is to procure a TopCon Maestro 2 OCT for ophthalmic screening on a mobile research vehicle, providing investigators the ability to combine optic data with neurologic imaging on a single mobile site.
Project requirements:
Generic Name of Product:
Optical coherence tomography (OCT) and Fundus camera Instrument table
Purchase Description:
- OCT and instrument table
- TopCon Healthcare
- TopCon Corporation 2022
- Maestro2 Robotic OCT and Fundus Camera (includes three magnetic 6 floating licenses and all in one computer); 102449804KUS
- AIT-250 Two Position Instrument table, 24X36 table top, low height 26.12”, high height 38”, 450 pound capacity; 25042-11-001
- Large caster for AIT-250/250/650 (4 required); 2025001073
Salient characteristics
The essential characteristics of the Maestro2 Robotic OCT and Fundus Camera and two position instrument table include:
- System must have user-friendly automated and manual capture capabilities.
- System must have True color fundus photography.
- System must provide Automated OCT angiography of a 12mmX9mm widefield.
- System must have 3D wide scan with Hood report for glaucoma.
- System must include Panoramic fundus imaging.
- System must have reference database comparison for full retinal thickness, ganglion cell + inner plexiform layer thickness, ganglion cell complex thickness, and circumpapillary retinal nerve fibre layer thickness.
- System must be portable and compact.
- System must be functional and suitable a mobile setting
- Instrument table must be adjustable from 36” to 38”, must have two positions: 24x36 table top, low height 26.12”, high height 38”
- Instrument table must have 450lb capacity
- Instrument table must fit in a mobile unit and be able to endure travel on mobile unit
- System must include 4 large casters for AIT/250/250/650
- Installation must be complete upon delivery
- Training for system use must be completed upon delivery
Anticipated period of performance:
This is an equipment by - NA
Other important considerations:
In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.
Capability statement /information sought.
Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.
The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Llakim Dubroff, Contract Specialist, at e-mail address Llakim.Dubroff@nih.gov
The response must be received on or before July 25, 2022, 02:00 pm, Eastern Time.
“Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
Attachments/Links
Contact Information
Contracting Office Address
- c/o 3WFN MSC 6012 301 N Stonestreet Ave
- Bethesda , MD 20892
- USA
Primary Point of Contact
- Llakim Dubroff
- llakim.dubroff@nih.gov
- Phone Number 3014436677
Secondary Point of Contact
- K.J. Shaikh
- kj.shaikh@nih.gov
- Phone Number 4104436677
History
- Sep 27, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)
- Aug 09, 2022 11:55 pm EDTSources Sought (Original)