Pentacam AXL to include the following:
Pentacam Scheimpflug Camera with integrated Optical Biometer, XYZ moveable base, head
and chinrest, power supply, USB cable, dust cover, wooden design table, 21.5 all-in-one computer incl. Windows,
wireless mouse, mini-keyboard and floating license key.
Includes Pachymetry Software, Densitometry Software, 30 Chamber Analyzer Software, Corneal Topography
Software, Belin-Ambrosio Enhanced Ectasia Software, Holladay Report, Contact Lens Fitting Software, 30 Cataract
Analysis with Pentacam Nucleus Staging Software, Corneal Optical Densitometry, Indices Report and AXL specific
Software incl. IOL-power calculation.
One Year Warranty on Parts & Labor. Including Installation & Training.
DICOM for Pentacam
Color LaserJet Printer
The anticipated contract will be a Firm Fixed Price (FFP) Commercial Purchase Order. Anticipated award date is 2 March 2018.
The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304 (c) (1), as implemented by FAR 13.106-1(b). This authority is supported by an approved Single Source Justification/Justification and Approval. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 339112. The size standard as defined by the U.S. Small Business Administration is 1000 employees.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All responses received within three (3) calendar days after the date of publication of this notice will be considered by the Government. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via email to [email protected].