Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
DOCUMENT

65 -- VANC ACCESS SPACE-EYE ELLEX EYE CUBED ABD - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0731
 
Archive Date
9/30/2017
 
Point of Contact
Jonathan D Jewel
 
E-Mail Address
6-2791<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified sources for the equipment listed below. This is not a request for quotations. The Department of Veterans Affairs, NCO20 is looking for sources of the following: Ophthalmic ultrasound system for both anterior and posterior segment evaluation. This an Unrestricted, Brand Name or Equal notice. The brand is Ellex Eye Cube. An equal system must have following characteristics or conform to the requirement below. System must be networkable with DICOM connectivity. Query and retrieval of modality work lists. Storage of DICOM objects to electronic medical record and PACS. B-scan mode with 10 MHZ probe frequency for posterior segment imaging. Axial resolution of 50 microns. Lateral resolution of 100 microns. Scanning angle of 52 degree. Focal range of 15 to 35mm. 25 frames per second movie loop capability. 10 second movie loop capability. Sealed probe. Adjustable gain. Spare 10 MHz B-scan probes. Quantity of four (4). A-scan mode for axial length biometry. IOL power calculations and analysis, including Holiday-I, SRK-T, & Hoffer-Q. 50 frames per second image acquisition rate. Solid probe with internal fixation light. Immersion or contact method capability. 10 MHZ probe frequency. Image depth of 40 mm. 8 bit resolution. Measurement accuracy of 100 microns clinically. Automatic and manual scan acquisition. Spare biometry 10 MHz A-scan probes. Immersion Shell for use with biometry A-scan probes. Pediatric size shells Adult size shells Diagnostic A-scan mode. Probe frequency with parallel beam with 8 MHz parallel beam. Measurement accuracy of 100 microns clinically. Two caliper measurements displayed in mm. UBM wide-field anterior segment B-scan imaging mode. 40 MHz probe. Axial resolution of 23 microns. Lateral resolution of 33 microns. Scanning angle of 30 degrees. Focal range of 10.5-14.5 mm. 13 frames per second image acquisition rate. 20 second movie loop capability. Adjustable gain. Immersion Bags for 40 MHz UBM probe. Single use disposable. Mobile cart for ophthalmic ultrasound system Potential sources shall provide, at a minimum, the following information to Point of Contact listed below: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Surgical and Medical Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. 3) Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who responds to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 4) The Non-Manufacturer Rule (NMR) will apply if there is a decision to set-aside the procurement. 5) Potential sources shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. Responses are due by 09/20/2014 8am PST, to the Point of Contact. 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). Point of Contact: Jonathan Jewel, Contracting Officer jonathan.jewel@va.gov, 360-852-9880
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8d0b751fd7e031b438651fc3fb56eaa)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0731 VA260-17-N-0731.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798868&FileName=VA260-17-N-0731-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798868&FileName=VA260-17-N-0731-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04679472-W 20170917/170915231226-c8d0b751fd7e031b438651fc3fb56eaa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.