THIS REQUEST FOR INFORMATION, SOURCES SOUGHT (RFI/SS) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses Capability (SDVOSBs), including Veteran Owned Small Businesses (VOSBs) under NAICS 339112-Surgical and Medical Instrument Manufacturing. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement.
SOURCES SOUGHT DESCRIPTION
The Department of Veterans Affairs, VHA Regional Procurement Office West, VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 is seeking sources that can provide a Gulden Intraocular Lens Eye Model Equipment and Supplies for an Eye Clinic that at minimum meets the following characteristics:
Item Product Characteristics
ITEM NO. DESCRIPTION QUANTITY UNIT
OR STOCK NO.
15149 1 NX; EIL 432; CSN 6540-439607
Gulden Intraocular Lens Eye Model
15149 26 EA
WO-207 2 Double End Red Maddox and Plain
Occluder (25cm) WO-207 20 EA
OS-200 3 Trotter Modified Lorgnette Occluder
With Multiple Pinhole Attachment,
Black OS-200 50 EA
OS-404 4 Worth Four Dot Test with Red/Green
Glasses, Without Batteries OS-404 20 EA
WO-900 5 Hertel Prism Exophthalmometer, With
Case WO-900 20 EA
PAL-ID2 6 Essilor PAL-ID2 Progressive Lens
Identifier 3-in-1 Lens Inspection
Station, including PAL Identifier,
Polariscope & Final Inspection PAL-ID2 03 EA
OS-300 7 Optokinetic Drum, 10in High, 8in
Diameter (25.4x20.3cm), Striped Black
and White Drum with Handle, Tests for
Nystagmus at 8-10RPM and 24-30in
(60-75cm) OS-300 01 EA
OS-501 8 Complete Tangent Screen Rollup
Kit-OS-501 INCLUDES 1 EA OF THE
FOLLOWING:
[OS-501B] WAND TANGENT SCREEN 18
INCH
[OS-501P] MARKING PINS FOR TANGENT
BLK
[OS-501T] TEST OBJECT WHITE 1.5MM
[OS-503C] RECORD CHARTS TANGENT SC
50/PK
[OS-501S] TANGENT SCREEN ONLY 01 EA
WO-7760 9 Luneau Cochet-Bonnet Aesthesiometer,
With 12/100mm Nylon Thread, in Rigid
Case with Conversion Chart and One
Spare Nylon Thread WO-7760 01 EA
WO-7760A 10 Replacement Luneau Aesthesiometer
Thread, 12/100mm Nylon Thread in Tube
With Conversion Chart WO-7760A 01 EA
WO-7760B 11 OEM Replacement Lead Weight for
Luneau Aesthesiometer, WO-7760B 01 EA
eCMS Item Line ID 15238872
OS-8025 12 Economy Trial Lens Set, Plus and
Minus Cylinder, With 259 38mm
Monochrome Metal Rings, In Leatherette
Case OS-8025 01 EA
OS-4471 13 Reading Card, Near Point, Jaeger
and Snellen, Number and 'E',
(3.5x6.5in), Plastic OS-4471 30 EA
FREIGHT 14 FREIGHT 01 EA
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested and can provide the sought-out supplies/services, please provide the requested information indicated below. Response to this notice should include: company name, address, point of contact, DUNS number, and size of business pursuant to the following questions:
Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)
Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code?
Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
If you re a small business and you are an authorized distributor/reseller for the items identified above (or an equivalent solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions you are providing information for available on your schedule/contract?
Please provide general pricing of your products/solution for market research purposes.
Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes.
No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM.
SUBMISSION
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than Thursday, March 5, 2020 at 12:00 p.m., pacific standard time (PST). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
End of Request for Information, Sources Sought Announcement
Bid Protests Not Available