Skip to main content

An official website of the United States government

You have 2 new alerts

RFI - OCULUS, Inc Pentacam HR

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Dec 16, 2021 09:08 am EST
  • Original Response Date: Dec 31, 2021 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code:
  • NAICS Code:
    • 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    JB Andrews , MD 20762
    USA

Description

SOURCES SOUGHT:  THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!  This notice does not constitute a commitment by the Government.  All information submitted in response to this announcement is voluntary and 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 Notice ID number is FM442512730068 and shall be used to reference any written responses to this source sought.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government interested in any size business that is capable of meeting this requirement.  The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

The requirement is to provide: OCULUS, Inc. Pentacam HR includes: Pentacam Scheimpflug Camera, XYZ moveable base, head and chin rest, power supply, USB cable, dust cover, electric height adjustable wooden design table, 21.5" all-in- one computer incl. Windows, wireless mouse, mini-keyboard and one floating license key. Includes Pachymetry Software, Densitometry Software, 3-D Chamber Analyser Software, Corneal Topography Software, Belin-Ambrosio Enhanced Ectasia software, Holladay Report, Contact Lens Fitting Software, 3D Cataract Analysis with Pentacam NucleusStaging software, Corneal Optical Densitometry and Indices Report. Includes DICOM. One Year Warranty on Parts & Labor. Printer not included. (Part Number: 70925-G). See attached Salient Characteristics.

Prospective Vendor MUST be certified by OCULUS Inc. as an authorized distributor of Ophthalmic Equipment into the Federal Government. The products distributed by OCULUS Inc. are hereby guaranteed to be safe, are not counterfeit or adulterated devices, have been maintained in adequate storage conditions, and any warranties and services and/or preventative maintenance agreements are transferred and will be honored by OCULUS Inc.

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.  Also indicate if you are the supplier or manufacturer. If you are the supplier, provide the name and size of the manufacturer of the product(s) you will be supplying.  Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management (SAM) registration expiration date, and any related specifications/drawings.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision.

Please note:  All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.  The website for registration is www.sam.gov.

Based upon the responses received, the Government will determine the solicitation medium and set-aside method for the procurement. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Contact Information

Contracting Office Address

  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA

Primary Point of Contact

Secondary Point of Contact

History