Alaska Bids > Bid Detail

6540--RETval Electroretinogram CS: Maureen Sundstrom

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159093377137109
Posted Date: Jul 3, 2023
Due Date: Jul 10, 2023
Solicitation No: 36C26023Q0790
Source: https://sam.gov/opp/d2e3b15c71...
Follow
6540--RETval Electroretinogram CS: Maureen Sundstrom
Active
Contract Opportunity
Notice ID
36C26023Q0790
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 03, 2023 03:41 pm PDT
  • Original Response Date: Jul 10, 2023 03:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Alaska VA Healthcare System JBER , AK 99506
    USA
Description
Sources Sought Notice

Sources Sought Notice

Sources Sought Notice
*= Required Field
Sources Sought Notice

THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Alaska VA Healthcare System, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside.

The intended contract is a firm-fixed price supply purchase.

The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition.

Potential contractors shall provide, at a minimum, the following information:

1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code.

2) Anticipated North American Industry Classification System (NAICS) code is 339112. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below.

3) 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).

4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov.

5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available).

7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.

(c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information.

(d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information.

8) Please identify the country of origin for all items.

It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy.

DESCRIPTION OF THE REQUIREMENT:

The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice.

Delivery address:
Alaska VA Healthcare System
AVAHS Warehouse
5955 Zeamer Ave
JBER, AK, 99506

Items:

LKC Technologies
1 00857901006033 RETeval Complete (USA)
1 95-076 RETeval Flash Electrode & Supply Kit
4 95-068 Sensor Strip Electrodes (Box of 50 pairs)
1 Extended Warranty RETeval Complete Extended Warranty 1 year

Salient Characteristics: Electroretinogram

must be Portable, handheld - device can be used anywhere in various clinic settings
must have Constant pupil tracking - allows for non-dilated testing
must have Noninvasive Electrodes and not require corneal electrodes
Testing on both eyes can be completed in only few minutes
Appropriate for any age
Color-coded report to simplify interpretation
must have Diabetic retinopathy score
must have Automated dimming and reddening of the display during dark-adapted testing
must Dynamically measure and compensate for pupil size to create a consistent retinal stimulation
must Measure and report ambient light levels
Display must show real-time view
must have Objective test ability
used for management of diabetic, retinopathy, CRVO and glaucoma patients, at all stages
must include device training
must include report interpretation training
must be small enough to fit in a drawer or similar small area no larger than 14X8X5 inches
must have cordless ability with minimum 4 hour battery life
must be FDA approved for use with dilated and undilated pupils
must have minimum 1 year warranty

Unique Features of the RETeval Device
Light source

Red LED
(621 nm)
Green LED
(530 nm)
Blue LED
(470 nm)
White
RGB

Flash luminance energies(cd/m2)
0.0001-15
0.001-17
0.0001-5
0.002-30

Bacckground Luminance (cd/m2)
0.03-3000
0.2-3500
0.03-1200
0.4-6000
Input type
Custom 3 pin connector with positive, negative, and right leg drive signal
Noise
CMRR
>100 dB at 50-60Hz
Frq. Range
DC-Couple
Flicker Frq.
Approximately 71nV /bit
Data resolution
Approx 71 nV / bit
Input range
+/- 0.6V
Sampling rate
Approx.. 2KHz
Timing accuracy
Timing Precision
Typically, Pupil Measurement
1.3mm 9.0mm - Safety
Battery-powered. Complies with optical, electrical, and biocompatibility safety standards
Power source
Li-Ion battery allows testing of approx.. 70 patients before recharging, depending on the protocol used
Rechage Time
4hrs Charger included
Size
2.8 Wx3.8 Dx9 H
Weight
8.5 oz
Docking Station
Convenient storage location, charging stand, and USB connectivity to your computer and network
Protocols
Based on software options, choose from retinal illuminance(TD) and luminance(cd/m20)
versions of ISCEV standard protocols, flicker protocols, and other protocols
If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 3:00pm PST on July 10, 2023. NO PHONE CALLS, PLEASE.

Again, this is not a request for quote, and no solicitation is available at this time.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 03, 2023 03:41 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >