Inactive
Notice ID:36C261-23-AP-1689
The Veterans Administration seeks sources who would be interested in submitting an offer in response to a future solicitation for the following supplies. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It...
The Veterans Administration seeks sources who would be interested in submitting an offer in response to a future solicitation for the following supplies. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation in response to this Sources Sought announcement will not receive a response. Responses to this Sources Sought announcement must be in writing. The purpose of this Sources Sought announcement is for market research. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e. g., Service-Disabled Veteran Owned Small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business. Important information: The Government is not obligated to pay for or reimburse, nor will it pay for or reimburse, any costs associated with responding to this Sources Sought request announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 423450 Surgical instruments and apparatus merchant wholesalers. Notice to potential offerors: all offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested offerors should submit information by e-mail to brian.fritz@va.gov. All information submissions to be marked Attn: Brian K. Fritz, Contract Specialist and should be received no later than 10:00 AM Pacific Time on February 21, 2023. The San Francisco VA Health Care System would like to purchase one (1) Lumenis Selecta Duet Bundle Ophthalmic Laser. Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristic of the brand name item that the VA needs. Brand Name Item: Lumenis Smart Selecta Duet 1) Essential/significant physical, functional, or performance characteristics. Combination of YAG laser photodisruption with Selective Laser Trabeculoplasty YAG photodisrupter Mode: Laser Source: Q-Switched Nd:YAG Wavelength: 1064 nm Energy (power): 0.3 mJ – 10mJ per pulse Pulse Duration: 3 ns (nanoseconds) Burst Mode: 1, 2, or 3 pulses per burst (selectable) Spot Size: 8 microns Cone Angle: 16 degrees Posterior Offset: 0-350 microns (continuously variable) Repetition rate: 3 Hz (in a single burst) Pulse Rate: NA Aiming Beam: Red Diode, continousely variable adjustable intensity Cooling: Air Cooled Electrical Requirements: 100-240 VAC, 50/60 Hz, 3.15 Amps CDRH classification: FDA lllb Selective Laser Trabeculoplasty Mode Laser Source: Q-Switched Frequency Doubled Nd:YAG Wavelength: 532 nm Energy (power): 0.3 mJ – 2mJ per pulse, continuously variable in 0.1 increments Pulse Duration: 3 ns (nanoseconds) Burst Mode: Single Pulse Spot Size: 400 microns Cone Angle: <3 degrees Posterior Offset: NA Repetition rate: 3 Hz Pulse Rate: NA Aiming Beam: Red Diode, continousely variable adjustable intensity Cooling: Air Cooled Electrical Requirements: 100-240 VAC, 50/60 Hz, 3.15 Amps CDRH classification: FDA lllb 2) Complete generic identification – Combination of YAG laser photodisruption with Selective Laser Trabeculoplasty, with ability to add on ARGON laser in the future 3) Applicable model/make/catalog number – Lumenis Smart Selecta Duet 4) Manufacturer name – Lumenis