6540--CANON CX-1 RETINAL CAMERA SYSTEM "BRAND NAME OR EQUAL TO CANON IAW SOW". OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
ID: 36C24525Q0630Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)
Timeline
    Description

    The U.S. Department of Veterans Affairs is seeking information from potential vendors regarding the procurement of a Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera System, or an equivalent model, to enhance ophthalmic services at the Huntington VA Medical Center. This initiative aims to replace outdated equipment that will no longer meet operational requirements by March 2025, ensuring compliance with DICOM standards and maintaining high-quality eye care services. Interested vendors must provide an OEM authorization letter, details about their business size and capabilities, estimated delivery times, and pricing information, with responses due by July 11, 2025, at noon (EST). For further inquiries, vendors can contact Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is seeking information for a Sources Sought Notice regarding the procurement of a Canon CX-1 retinal camera system or an equivalent model. This initiative is primarily aimed at replacing outdated equipment that no longer meets operational requirements by March 2025. Interested vendors must provide an OEM authorization letter, country of origin for each item, estimated delivery times, and answer a series of questions related to their business size, manufacturing capabilities, and pricing. The required specifications include features such as multiple photography modes, high-resolution imaging, and compliance with DICOM standards. The response deadline is July 11, 2025, by noon (EST). This market research aims to identify potential vendors capable of fulfilling the contract, which will be a Firm-Fixed Price agreement. It underscores the VA's commitment to maintaining high-quality eye care services while ensuring compliance with federal procurement regulations.
    The document appears to contain fragmented and corrupted data, rendering it largely unreadable. Despite this, it seems to relate to federal and state/local government RFPs, possibly outlining guidelines or requirements for funding or grant applications within various domains. Government RFPs (Requests for Proposals) generally serve to solicit bids from various entities for services or projects, often including criteria for eligibility, evaluation, and contract award processes. Such documents often structure their content to include objectives, scope of work, application instructions, and any compliance requirements necessary for successful proposal submissions. However, due to the lack of coherent information, a precise summary regarding specific topics or proposals cannot be accurately articulated from the current file. The importance of clarity, detail, and adherence to submission guidelines typically underpins government documents aimed at facilitating public and organizational engagement in funding opportunities.
    The U.S. Department of Veterans Affairs (VA) has issued a Request for Information (RFI) for the procurement of a Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera System to enhance ophthalmic services at the Huntington VA Medical Center. This RFI is aimed at gathering market intelligence from potential vendors regarding their capabilities and prices, rather than soliciting proposals. Vendors must provide an OEM authorization letter to be considered responsive, along with detailed company information, pricing, and delivery times. Responses are encouraged from all business sizes, including Service-Disabled Veteran Owned, and must comply with Federal Acquisition Regulation guidelines. The camera system must meet specific performance criteria, including various photography modes, compliance with existing software, and image quality standards. The delivery deadline is set for 60 days post-award, and prospective contractors must be registered in the SAM system prior to award. Overall, this RFI serves as a preliminary step to identify competitive vendors capable of fulfilling the VA's requirements while facilitating market research for future acquisitions.
    The document outlines a federal Request for Proposals (RFP) involving the procurement of specific ophthalmic medical equipment and services. It details three primary items for purchase: a Canon CX-1 Hybrid Retinal Camera System, a 2 Column - 2 Instrument Table, and associated training services. All items adhere to the stipulation of being "brand name or equal to Canon" as per the Statement of Work (SOW). The contract type is designated as firm-fixed price under the principal NAICS code 339112, which pertains to surgical and medical instrument manufacturing. Each item includes a manufacturer part number and a local stock number, although unit prices and total amounts are left to be filled in. The overall focus is on acquiring the necessary equipment and training to support ophthalmic procedures, aligning with federal standards for such medical supplies. The RFP represents a step towards enhancing healthcare capabilities through the acquisition of specialized instruments and training for medical professionals involved in eye care.
    The federal procurement document outlines the requirements for sourcing a Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera or an equivalent model. This camera will replace an outdated device set to become non-compliant by March 2025 and is essential for capturing retinal images for comprehensive assessments. Key specifications include the capability for multifaceted imaging modes (Color, Red-Free, Cobalt, Fluorescein Angiography, Fundus Autofluorescence), robust image quality, and compliance with DICOM standards for data transmission. Additional requirements emphasize ergonomic controls, superior stereo photography capabilities, and necessary software compatibility. The contract type is a firm-fixed price, and vendors must provide an OEM authorization letter for compliance. Evaluation factors include brand recognition and pricing, ensuring the selected vendor meets or exceeds the established criteria. The initiative highlights the government’s commitment to maintaining advanced medical imaging technology in eye care facilities.
    The VAAR 852.212-71 clause establishes strict procurement guidelines for supplies and equipment in federal contracts. It categorically prohibits the provision of used, refurbished, or remanufactured items, mandating that only new Original Equipment Manufacturer (OEM) items be supplied. The clause defines "gray market items" as OEM products sold outside of authorized channels, whether intentionally or unintentionally, and underscores the importance of verifying the legitimacy of vendors. Counterfeit goods, which may involve unauthorized reproductions or misrepresentations, are also expressly forbidden. Vendors must be recognized as OEMs, authorized dealers, distributors, or resellers, with necessary documentation to prove their authorization. Compliance with OEM terms regarding software licensing and warranties is required, ensuring that all equipment meets the original manufacturer’s standards. This regulation aims to safeguard the integrity of the procurement process, ensuring that only legitimate and quality products are supplied in federal contracting scenarios.
    Similar Opportunities
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Name Brand or Equal to: Zeiss IOL Master 700 with Total Keratometry License
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a Zeiss IOL Master 700 with Total Keratometry License, intended for use at the Atlanta VA Medical Center. This solicitation aims to replace an end-of-life unit in the Ophthalmology Department, which is critical for conducting cataract surgery eye exams. The successful contractor must provide an authorized distributor letter from the manufacturer along with their quote, and if offering equal products, descriptive literature must be included to demonstrate compatibility with existing systems. Interested vendors should contact Ashley Stewart at ashley.stewart4@va.gov for further details, as this opportunity does not have a set-aside and will evaluate domestic offers with a price preference during the selection process.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Seattle VA MICU/SICU Camera Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to replace aging analog ICU and MICU observation cameras at the Seattle VA Medical Center with an upgraded IP-based camera system. The procurement involves replacing nineteen cameras with Avigilon brand name or equivalent ceiling cameras, which must meet specific technical requirements, including compatibility with existing hospital infrastructure and compliance with VA cybersecurity regulations. This upgrade is crucial for maintaining effective patient monitoring and security within the facility. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, with the goal of placing the order by mid to late January 2026 and completing installation within 45 days after receipt of order.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the National Prescription Eyeglasses Manufacturing contract, specifically aimed at providing prescription eyeglasses for eligible Veterans across all VA sites, including both CONUS and OCONUS locations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to manufacture eyeglasses according to VA prescriptions, ensuring adherence to strict quality control and timely delivery. This contract is crucial for maintaining the vision health of Veterans, offering a range of lens types and frame options to meet diverse needs. Proposals are due by December 23, 2025, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    6515--VA-26-00026904- IMAGING THINKSTATIONS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from contractors capable of providing "IMAGING THINKSTATIONS" and related equipment for the Salem VA Medical Center. This Sources Sought Notice is intended for planning purposes only and does not constitute a solicitation or offer to contract. The procurement includes essential items such as keyboards, uninterruptible power supplies (UPS), workstations, and diagnostic displays, which are critical for medical imaging operations. Interested parties must submit their responses by December 17, 2025, at 12 PM EST, via email to Contract Specialist Francine Valverde at francine.valverde@va.gov, including relevant business information and referencing solicitation number 36C24626Q0215.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.