Sources Sought Notice
Zeiss Cirrus Ocular Coherence Tomographer (OCT)
Brand-Name Only Requirement
The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre- Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or proposals at this time; however, reserves the right to do so at a later date.
Background
The Cape May CBOC, Cape May, NJ has a requirement for one (1) ZEISS OS/CIRRUS HD-OCT (Ocular Coherence Tomographer), Model 6000, with AngioPlex Version 9.5.
Specifications
Ability to integrate the Cirrus Model HD OCT 4000 Or Model Cirrus 5000 HD OCT data into and with the current Cirrus HD-OCT 6000 data.
Raw Data must be interchangeable between the Cirrus 4000 and Cirrus 5000. This can only be done using a Zeiss Cirrus 6000.
Ability to enable Raw Data to be sent to FORUM, and allows FORUM to manipulate, process, and analyze with historical/archived data.
Must be able to scan at both scanning speeds: Scan at exactly 27,000 A-Scans/second, as well as the ability to scan at 68,000 A-Scans/second.
Must have the ability to scan the Retinal Nerve Fiber, and Optic Nerve Head Analysis information using a 200-line x 200-line scan. Each line has 1024 data points. Meaning the 200 slices vertically acquired and the 200 slices horizontally acquired provide a cumulative value of over 40 million data points for RNFL and ONH Analysis.
Must have the ability to scan Retina Nerve Fiber Layer and the Optic Nerve Disc, and Neuro Retina Rim Thickness, and 3-D Cube capabilities at the same time in one Scan that takes 1.5 seconds.
Must deliver an image that is over sampled 100 times.
Must provide a 12 radial line scan for the Macula/Retina region.
Must provide an automated Glaucoma Scan report on the same page with the HFA 750lii Visual Field Instrument Called a Combined Report via Forum.
Must have ability to scan and acquire the Ganglion Cell Analysis info in a scan that does NOT include the Inner Limiting Membrane or Retinal Nerve Fiber.
Must have the ability to provide a report called Advanced RPE Analysis . This report maps out the area of Geographic Atrophy as well as automatically provides a mathematical assessment that measures closest distance of the geographic Atrophy to the fovea. Report must show volume of drusen area and provide automatic mathematical evaluation and that provides serial analysis with percentage of change auto listed in a 3mm circle and 5mm circle.
Must have the ability to produce a report that is called Guided Progression Analysis (GPA). This is different than a Trend Analysis report. The GPA report provides a comprehensive view analysis of both the short term and long-term RNFL and Optic Nerve Head Analysis including Neuro Retina Rim Tissue. GPA Furthermore provides a plotted graph that forecasts what the patient measurements of each of these areas will be in the future. This is done on a linear graph and displayed on the printout.
Must have the ability to default to a printout of the Glaucoma Scan to display where the Circle was placed around the Optic Disc. The circle provides the quantitative analysis of the patient compared to the FDA cleared Normative Database.
Must have Auto-Center trade Marked software for the Glaucoma scan.
Must have the ability to provide a PanoMap wide analysis: The 1-page printout must include all of the following info related to the Posterior Pole: Optic Nerve Head Analysis, Ganglion Cell Analysis, and Macular Thickness Analysis.
Must have the ability to use Magnetic Anterior Segment Lens that provides a 15.5 mm by 5.8mm view of the entire anterior chamber.
Must have the ability to select pre-determined En Face views of the retina. The list of the predetermined views would include:
En Face VRI View
En Face Mid Retina View
En Face IS/OS Ellipsoid View
En Face Mid Retina View
En Face Choroid View
Technical Specifications
2048 Pixel OCT Camera
Windows 10 Operating System
Deviation Map demonstrating outside normative of Ganglion Cell Layer and Retinal Nerve Fiber Layer
Fast Track Retinal Tracking
Automatic Fovea Finder
Weight: 80 lbs.
Instrument Dimensions: 26L x 18W x 21H (in)
Table Dimensions: 39L x 22W (in)
Internal Fixation Focus Adjustment: 20D to +20D (diopters)
Electrical Rating (115V) Single Phase, 100-120V systems: 50/60Hz, 2.5A
Internal Computer: Windows 7/ Intel Processor
Memory Hard Drive/Internal storage: > 750GB, > 80,000 scans.
Display Integrated 19 color flat panel display
USB Ports = 6 ports
Warranty
All equipment, software and hardware shall have a minimum of one-year warranty. Remote and on-site support will be provided at no charge to the Cape May CBOC during the warranty period.
Scope of Work
The vendor shall provide all resources necessary to accomplish the deliverables described herein. The vendor shall provide delivery, and installation services of standalone instruments only, for this procurement. The VA shall provide installation at the equipment s destination. The vendor shall be available to provide off site technical assistance related to all applicable software and configuration of all network connections on the equipment. The vendor shall provide Biomedical Engineering with all back up discs, licensure, software keys and passwords necessary to fully maintain the equipment.
Clinical Training
Clinical training will be provided by the VA to staff on-site once installation is completed.
Technical Training
Technical training will be provided by the VA to staff on-site once installation is completed.
Delivery
Delivery shall be coordinated with the Technical Point of Contact. Delivery is required FOB Destination to the following:
Cape May CBOC
1 Munro Avenue
Cape May, NJ 08204-5000
Gray Market Language
(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV.
Responses to this notice shall include:
Company Name
Address
Point of Contact
Phone Number
Email Address
DUNS Number
CAGE Code
Tax ID Number
** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service
disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this
procurement and consider themselves to have the resources and capabilities necessary to
provide these services shall be verified in VetBiz Registry as follows to be considered:
http://www.vip.vetbiz.gov/.
Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in the Vendor Information Pages (VIP) database.
Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 339112:
1. Is your business a small business under NAICS 339112? YES ______ NO ______
2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______
3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______
4. Is you firm a certified HUB Zone firm? YES ______ NO ______
5. Is your firm a Woman Owned business? YES ______ NO ______
6. Is your firm a Large Business? YES ______ NO ______
7. Do you have a GSA/FSS schedule for these items? YES______ NO______
Schedule Number: ___________________
Expiration Date: _____________________
Please provide a capability statement as well as any relevant literature addressing your organizations ability to supply the required items. Also, please include a point of contact name, phone number and email address.
Questions
Questions regarding this notice should be addressed to Stephanie McFadden via email only,
[email protected], no later than Monday, July 13, 2020 at 12PM EST.
NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT.
Responses to this Sources Sought Notice are required by no later than Wednesday, July 15, 2020, 4:00PM EST.
Bid Protests Not Available