Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOURCES SOUGHT

65 -- The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for two (2) Mesotest II (Brand Name or Equal).

Notice Date
7/6/2011
 
Notice Type
Sources Sought
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-RKB-11-0043
 
Response Due
7/12/2011
 
Archive Date
9/10/2011
 
Point of Contact
Keith Batchelor, 301-619-8927
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following notice is a Sources Sought in accordance with FAR 19.202-2. This is a information gathering stage of the Market Research process. The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for two (2) Mesotest II (Brand Name or Equal).. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. HCAA-N has a need for two (2) Mesotest II (Brand Name or Equal). Minimum Requirements Specifications: Minimum Requirements The contractor shall furnish a complete walk-away instrument for testing under normal visual conditions, without instrument myopia. The unit is designed in such a way that the results are unaffected by different interpupillary distances of patients. Pulse motors control the test sequence quickly and with pinpoint precision. The examination program runs at the touch of a key. The instrument is compact in design and requires no change of test discs. Programmed control of test runs eliminates user errors. The compact appliance weighs only 17 lb (7.8 kg) and is easily transported in an optional carrying case. A computer interface permits control of the MESOTEST II from a PC monitor. Data transfer into the EDP of medical practices is possible. 1.Standard Equipment List: The MESOTEST II will have: Control unit with LCD module and localized light source, Mains cable Instruction manual Record pad for test results (100 sheets) Dust cover and cover for the free-space aperture. Additionally, the Mesotest II, will contain three built-in sets of minus lenses and occluders for monocular tests. Specifications: 1.Technical Data Power supply:100-240 VAC 35 VA 50-60 Hz Fuse:2x1,25 AT Weightt:7.8 kg / 17 lb Dimensions:W x D x H 9,7" x 14,8" x 18,3" (246 x 377 x 464 mm) Control unit:3,2" x 6,0" x 1,8" (82 x 152 x 45 mm) Illumination:LED Landolt ring size:Equivalent to VA 0,1 = 6/60 Contrast levels: 1 : 23 /5 / 2,7 / 2 a)Power Supply Requirements: 110 V Power Supply 2.Data Management System: Control unit with LCD module and localized light source, Mains cable Instruction manual 3.Application Program: The system is ready to plug in and begin testing. It is capable of being transferred from room to room with very little effort. This instrument can be hooked into a PC for data transfer; however at this time, this clinic is not considering this application for day to day operations. 4.Configuration: This unit comes configured and ready to begin testing. 5.Accessories: None requested. 6.Installation and Testing: a)Medical Equipment Repair Center (MERC) will be responsible for the 1st performance test and installation of equipment at government site. 7.Training: a)None expected. Similar equipment on station, all personnel are currently trained on this equipment or its similar production items. 8.Warranty: a)1 - year warranty after the 1st performance test and installation of equipment. After review of the responses to this sources sought notice, a solicitation announcement may be published in the Federal Business Opportunities website: www.FEDBIZOPS.gov/ at a future date. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. The BHS is only trying to identify any firm not listed on any mandatory source. Any firm not registered must register as required at the following websites VETBIZOPS - www.VETBIZOPS.com and CCR - www.CCR.gov and ORCA - www.ORCA.gov registries as required to participate in the upcoming solicitation. Responses to this notice must include the following information: Company name, Address, Point of Contact, and capability to provide the following items. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to Keith.Batchelor@us.army.mil are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. Please remember to provide Points of Contact for your company and phone numbers and your DUNS number. Interested parties responding to this Request for Information / Sources Sought Notice shall submit all information and responses by Email to the following point of contact below. Phone and/or hand written responses will not be accepted. Responses shall be received no later than July 12, 2011 at 11:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact Keith Batchelor, Contract Specialist, Email Keith.Batchelor@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-0043/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB Wright-Patterson AFB WPAFB OH
Zip Code: 45433
 
Record
SN02490974-W 20110708/110706235212-766b2f6ff8d5fcc261de5844c49d93ba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.