THIS REQUEST FOR INFORMATION (RFI) - 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). SEE ATTACHMENT FOR DETAILS: CANON CX-1 RETINAL CAMERA SYSTEM BRAND NAME OR EQUAL TO CANON IAW STATEMENT OF WORK OEM DISTRIBUTOR/ AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE AND THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE . MUST PROVIDE THE COUNTRY OF ORIGIN (COO) FOR EACH LINE ITEMS SEPARATELY This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Huntington VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Huntington VA Medical Center WAREHOUSE/ATTN: 1540 Spring Valley Drive Huntington, WV 25704. 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. Note: The contractor shall deliver the required commodities (Please see attachments) no later than 60 days or less from the date of award, otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm at the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. The information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS FROM 1 TO 14 ** **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? FAR 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. If you are not a manufacturer. The company shall provide an OEM authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. Does all the items are on FSS/GSA. If the answer is yes. Please provide the FSS/GSA Contract Number and special item number (SIN). Does all the items are on NAC/SAC or SEWP V. Please provide the contract number. Must provide Manufacture Name (OEM) & Manufacturer Part (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Friday, July 11, 2025, by 12:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After reviewing the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) Brand NAME OR EQUAL TO CANON IAW SOW CONTRACT TITLE: Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera (Brand Name or Equal To) Procurement is to provide a digital retinal camera (hybrid digital mydriatic/non-mydriatic) to replace the camera currently being used which will cease to be in compliance with the operating-system requirements as of March 2025.This camera will be used to take photographs of the eye for comprehensive fundus assessment. This camera must perform all functions of the device being replaced which includes the following: Photograph the external structures, as well as the anterior, intermediate, and posterior segments, of the eye; Allow the use of optical filters (not only post-capture digital channel-separation) (red, green, and blue) for monochromatic photography; Permit recording of fluorescein and indocyanine-green angiograms; Comprise an articulating body (pan, tilt) to adapt to variable requirements of patient-posture and -position; Maintain compliance with D.I.C.O.M. standards, including for the transmission of patient data into the existing software architecture of the eye clinic, comprising at least Forum (Carl Zeiss Meditec [Jena, Germany]) and VistA Imaging. SPECIFICATIONS. 4.1 EQUIPMENT. Line-Item Description Quantity Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera 1 4.2 REQUIRED MINIMUM CHARACTERISTICS: FIVE PHOTOGRAPHY MODES Five photography modes include Color, Red-Free, Cobalt, Fluorescein Angiography (FA), and Fundus Autofluorescence (FAF). NON-MYDRIATIC FUNDUS AUTOFLUORESCENCE (FAF) PHOTOGRAPHY With the push of the Myd/Non-Myd button to select the non-mydriatic mode and the FAF mode, the operator is ready to begin taking images. The FAF mode helps monitor macular waste such as lipofuscin, which assists the eye care professional with detecting age-macular degeneration (AMD), glaucoma, and diabetes. ONE TOUCH SELECTION OF MYD/NM A single push of the Myd/Non-Myd button switches between the mydriatic and non-mydriatic imaging modes. CONTROL PANEL The control panel has simple operation, workflow efficiency, and ergonomic controls in either Mydriatic or Non-Mydriatic mode. SUPERIOR IMAGE QUALITY Clear, high-resolution images are available in either mydriatic or non-mydriatic mode. Magnification 2x: 2x mode which can magnify the image by automatically cropping out the peripheral edges, so the region of interest is larger in the frame. Megapixel Resolution: Minimum 12.3 Maximum 32.5 STEREO PHOTOGRAPHY SYSTEM The LCD monitor displays guides which automatically determine the base length for acquiring successful stereo images. The two images can be stored as a pair making it easier to manage the files. ELECTRO-OPTICAL SYSTEM (EOS) CAMERA TECHNOLOGY EOS camera technology with image processing capabilities providing optimal retinal imaging. The camera handles five different photography modes including non-mydriatic FAF photography, Color, Red-free, Fluorescein Angiography, and Cobalt. RETINAL IMAGING CONTROL SOFTWARE Retinal Imaging Control Software (RICS), images can be viewed, manipulated, sent to a DICOM storage device or stored as DICOM or JPEG images and sent to a printer or Comparable software to RICS that will perform the same tasks and be DICOM compliant. ANGLE OF VIEW Mydriatic: 50 degrees Non-mydriatic: 45 degrees PANNING AND TILTING 30 degrees to the left and right tilting Range 15 degrees up, 10 degrees down CONTRACT TYPE. Firm-Fixed Priced Contract EVALUATION FACTORS. Brand Name or Equal to Canon IAW SOW. OEM distributor/Authorization Letter from the manufacturer is required for all quotes, if no OEM letter is supplied the vendor will be considered non-responsive and the vendor will be dis-qualified at the time RFI will close. Price. LINE-ITEM DESCRIPTION CANON CX-1 RETINAL CAMERA SYSTEM BRAND NAME OR EQUAL TO CANON IAW STATEMENT OF WORK B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Retinal Camera System with FAF and EOS 32.5p Digital Back, Also Includes: - Canon HP All-In-One 800 PC Wired KB & MSE - Canon Ergotron Desk Mount Arm - Canon 10ft USB A/B Cable - Canon RX Capture Package with DICOM MWL and Two RX Review Licenses "BRAND NAME OR EQUAL TO CANON IAW SOW" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6540 - Ophthalmic Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): RC0CACX1PLATPR2FG LOCAL STOCK NUMBER: RC0CACX1PLATPR2FG 0002 1.00 EA __________________ __________________ 2 Column - 2 Instrument Table "BRAND NAME OR EQUAL TO CANON IAW SOW" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6540 - Ophthalmic Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): TA0LO2INSTFG LOCAL STOCK NUMBER: TA0LO2INSTFG 0003 1.00 EA __________________ __________________ Canon Training "BRAND NAME OR EQUAL TO CANON IAW SOW" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6540 - Ophthalmic Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): TA0LO2INSTFG LOCAL STOCK NUMBER: ZZRCATRAINING GRAND TOTAL __________________