Arkansas Bids > Bid Detail

6515--SEPG 256560 / TANGO REFLEX NEO / 598-23-3-784-0173 (VA-23-00067412)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159770393118345
Posted Date: Jun 21, 2023
Due Date: Jun 28, 2023
Solicitation No: 36C25623Q1279
Source: https://sam.gov/opp/6b49c01427...
Follow
6515--SEPG 256560 / TANGO REFLEX NEO / 598-23-3-784-0173 (VA-23-00067412)
Active
Contract Opportunity
Notice ID
36C25623Q1279
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 21, 2023 11:47 am CDT
  • Original Response Date: Jun 28, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Central Arkansas Veterans Healthcare System Little Rock , 72205
    USA
Description
Department of Veterans Affairs
Network Contracting Office (NCO) 16
Request For Information (RFI)

DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.

1. Title: TANGO REFLEX NEO

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:

Salient Characteristics of Tango Reflex SLT/YAG
Unique Features and Performance Characteristics of Instrumentation
Must be manufactured by Ellex Inc.
Cooled by a fan
Electrical Requirements 100-240VAC, 50/60 Hz, 800VA
Laser Source Q switches Nd:YAG
Must come with a table compatible with the laser
Must have coaxial illumination
Must have an aiming beam
Must have less than a 1.5mJ breakdown in energy
Must minimize the risk of under-dosing or over-dosing the energy and ensuring the desired therapeutic effects
Must deliver an optimal Red Reflex to enhance floater visibility and spatial context
Must have both on-axis and off-axis modes
Must have a green aiming beam that provides the highest degree of contrast in the red reflex background resulting in a greater targeting accuracy
SLT Mode
Laser source Q-Switch,
Wavelength Green: 532mm
Energy 0.3 to 2.6 mj per pulse, continuously variable
Pulse width 3ns
Spot Size 400um
Illumination LED light source
Aiming Beam red 635nm, adjustable intensity

YAG Mode
Laser Source Q-switched Nd:YAG
Wavelength infrared: 1064nm
Energy 0.3 to 10mj per pulse, continuously variable
Pulse Width 4ns
Burst Mode 1,2 and 3 pulses per burst, selectable
Spot Size 8um
Offset 0, 100 to 50um, continuously variable
Illumination True Coaxial Illumination
Aiming Beam green 515nm, adjustable intensity
Must weigh 31kg, 60Ilb (laser only)
Must be 57 x 75 x 44cm (dimensions)
The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _339112__________ is _1000___________ (employees or dollars).

3. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:

a. Where are the requested items/equipment manufactured?

Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?

Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?

The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________

Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________

e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?

Please provide proof of qualifications.

f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?

If so, please identify the contract number for the Government to review as part of this Market Research.

4. Opportunity/Market Pricing: The CAVS is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the CAVS in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.

5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 14:00 (CST), June 28, 2023 via email to reginald.clark@va.gov

RFI responses are due by 12:00pm (CST), Wednesday, June 28, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to reginald.clark@va.gov The subject line shall read: TANGO REFLEX NEO. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by CAVS as Market Research and will not be released outside of the CAVS Purchasing and Contract Team.

7. Contact Information:

Reggie Clark
Reginald.clark@va.gov

Your response to this notice is greatly appreciated!
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 21, 2023 11:47 am CDTSources 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 >