Washington Bids > Bid Detail

6540--Brand Name or Equal RETEval Complete Set

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159973698289014
Posted Date: Apr 10, 2023
Due Date: Apr 17, 2023
Solicitation No: 36C26023Q0467
Source: https://sam.gov/opp/3752fce710...
Follow
6540--Brand Name or Equal RETEval Complete Set
Active
Contract Opportunity
Notice ID
36C26023Q0467
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 10, 2023 02:56 pm MDT
  • Original Response Date: Apr 17, 2023 04:30 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 17, 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:
    Department of Veterans Affairs Seattle VA Medical Center Seattle , WA 98108
    USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. 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. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method.
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Seattle VA Medical Center:
Seattle VA Medical Center has a need for a Brand Name or equal RETEval device with training and 3 year warranty from the manufacturer.
Brand Name or Equal Salient Characteristics
Brand Name Item: RETeval device for electroretinography
Need an *FDA approved* instrument to measure full field electroretinograms using
Stimulation flash intensities ranging from 0.01 cd.s.m2 - 3 cd.s.m2 white light
Option of simultaneous background luminance delivery of 30 cd.s.m2 white light
Timing precision +/- 1ms
Capable of pupillometry measurements
Compatible with skin electrodes
Dimensions less than 12 cubic inches
Capable of performing ERG on undilated and dilated eyes
Cordless handheld device

Complete generic identification Electroretinography device for delivering flashes of light stimuli at exact preset intensities to the eye and measuring electrical responses from retina.
Applicable model/make/catalog number:
00857901006033 RETeval Complete;
94-023 RFF Extractor Tool

Manufacturer name LKC Technologies Inc
STATEMENT OF WORK (SOW)
1. Contract Title.
RETEval device training and warranty by LKC Technologies, Inc. for research purposes.

2. Background.
The RETEval device will be used to measure electroretinograms (ERG) in patients in the MIRECC clinic for a research study intended to develop the ERG to predict treatment response in patients with post-traumatic disorder (PTSD). There are no ERG devices currently being used in the Mental Health Clinic at our facility, and to our knowledge no ERG devices available on the Seattle VA campus as all need for ERG is outsourced to the University of Washington.

3. Scope.
Scope involves two hours of online training and 3 year extended warranty service contract (RETeval Complete 3 year extended warranty PLUS).

4. Specific Tasks.
This contract is for 2 hours of online training in the use of RETEval Complete for electroretinography ERG in patients. Training tasks will include:
formatting of the device
data acquisition
data extraction via the RFF Extractor tool
data download
initial data analysis
common troubleshooting of the device

In cases of instrument malfunction, the extended warranty contract includes:
Repair or replacement any components of the instrument
Equivalent or better loaner device for use during instrument repair

5. Performance Monitoring (if applicable).
Not applicable this is a one-time 2 hour training and extended warranty contract for a proprietary medical device
6. Security Requirements.
The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required

7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
No GFE nor GFI will be provided to the contractor.

8. Other Pertinent Information or Special Considerations.
Specialized experience with the RETeval ERG device.
a. Identification of Possible Follow-on Work.
N/A
b. Identification of Potential Conflicts of Interest (COI).
No organizational conflict of interest exists.
e. Inspection and Acceptance Criteria.
Will work with the PI to establish reliability of performance.
9. Risk Control
Infection control: The RETeval device is connected with detachable wires to disposable skin electrodes. Disposable skin electrodes are single use and will not be reused between patients. Patient contact with non-disposable parts of the RETeval device is expected to be minimal; any minimal risk will be mitigated by cleaning the device with wipes containing 70% isopropyl alcohol or alkyl dimethyl benzyl ammonium chloride as indicated on manufacturer cleaning instructions.
Patient safety issues: ERG is a routine medical procedure with minimal risk. Patients with conditions that may increase risk will be excluded from our studies. These conditions include: known seizure disorder, open wounds on orbit or surrounding soft tissues, or known allergy to sensor strip gel.

10. Place of Performance.
Nearly all contract work, including online training and technical support covered by extended warranty, will be virtual, precluding the need for onsite work. Rarely, the contractor may send a representative onsite, as stated above in #6.
11. Period of Performance.
Training will occur within one month of product delivery.
Warranty is set at 3 years from product delivery.

Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at Nazanin.kreiner@va.gov no later than April 17, 2023, 4:30PM MDT. No telephone inquiries will be accepted.
RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 339112 Size Standard: 1,000 employees is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov.
Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation 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
  • Apr 10, 2023 02:56 pm MDTSources 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 >