Virginia Bids > Bid Detail

6540--Brand Name or Equal Sonomed Ultrasound B-Scan and access

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159710515596172
Posted Date: Nov 17, 2022
Due Date: Nov 28, 2022
Solicitation No: 36C24423Q0153
Source: https://sam.gov/opp/c2640045c9...
Follow
6540--Brand Name or Equal Sonomed Ultrasound B-Scan and access
Active
Contract Opportunity
Notice ID
36C24423Q0153
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 09:06 am EST
  • Original Response Date: Nov 28, 2022 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Philadelphia VA Medical Center , 19104-4551
    USA
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of large businesses and small businesses, to include VIP-Verified Veteran-Owned Small Business (VOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339113 (Surgical Appliance and Supply Manufacturing).

The Ultrasound Visual Acuity B Scans are known to meet the Government s needs.

The Government is requesting that responsible Large and Small Businesses, including SDVOSB and VOSB sources respond if it can provide the following items on a brand name or equal basis:
Line
Mfr Part Number /Description
Qty
Unit
1
B580 VUPAD PORTABLE B-SCAN
1
EA

Salient Characteristics (Ultrasound Visual Acuity B Scans BRAND NAME or EQUAL):
Shall have/be an Ultrasound B-Scan with: 12 and 20MHz frequency transducers for posterior ocular b-scan with corresponding 20 MHz B-probes.
Shall not exceed 88 in overall length so it may fit in the elevator and be brought to/from Optometry.
Shall have video capture capability with 50 frames at up to 20 frames per second.
Shall have 256 ray scan with 2048 sample points for each ray, over a half-million sample points per transducer sweep.
Shall include digital measurement and annotation tools.
Shall have compact ergonomic form factor with adjustable integrated tabletop stand and VESA mount.
Shall have ethernet connection capability and DICOM compatibility.
Shall include selectable scan setting profiles to optimize image quality.

Interested vendors are required to submit an e-mail delineating:
Qualifications, capabilities, and experience for providing this product;
Business size/Socioeconomic status;
If the product is on the Federal Supply Schedule or the Open Market; and
Memo or correspondence which authorizes distributor to distribute the manufacturer s
products.
Training and Installation:
Installation and training not required.

If vendor will not be on station:

The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this
requirement; therefore, a Security Accreditation package is not required. No C&A or MOU/ISA is
required. Sensitive information exposure as part of this contract involves applicable security controls
within the facility as part of the VA Information Security Program.
If there are any questions related to privacy, please have a member of your staff contact the VA Privacy
Service at 202-461-6309. If there are any questions related to the information security, please have a
member of your staff contacts the Office of Cyber Security at 304-262-7733.
Delivery:
Delivery shall be within thirty (30) days from the time of award. The B850 Sonomed Ultrasound B-Scan and accessories shall be delivered to the Erie VAMC located at 135 E. 38th Street, Erie, PA 16504; Attn; Distribution Center. Biomedical Engineering will need to perform a safety check and enter the equipment in to the system for annual Preventive Maintenance (PM) checks. Placement in the EVAMC clinic shall be coordinated through the Contracting Officer Representative. Delivery is Monday Friday from 8:00 am 4:00 pm.
POC: Jill Friend
Phone: (814) 860-2126
Email: Jill.Friend2@va.gov

Please answer the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.

(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.

(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

(10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(11) Please submit your capabilities in regard to the brand name equipment.

(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
This is not a Request for Quote/Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for consideration.

The applicable North American Industry Classification System (NAICS) Code for this requirement is 339113 and the small business size standard is 750 employees.

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Responses must be received via e-mail to Sherrie.Thompson2@va.gov no later than, 4 PM Eastern Standard Time (EST) on November 28, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0153 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the beta.Sam website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information (RFI). Information will only be accepted in writing by e-mail to Contract Specialist at Sherrie.Thompson2@va.gov

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >