The Department of Veterans Affairs (VA), Veterans Health Administration, Veterans Integrated Service Network 17, Network Contracting Office (NCO) 17 is seeking sources for the following procurement: Brand Name or equal laser and the DPC Eye service that provides emergency laser treatment for patients that are referred from the emergency department at South Texas Veterans Healthcare System in San Antonio, Texas. Salient Characteristics Occulight visible yellow laser system 577 nm IQ 577): Provide wireless foot pedal to activate apply laser treatment to the patient. Customize patterns for the treatment size. Adjust the Pulse duration time. Dual External monitors to view the retina to view live images during treatment. Ability to import images in order map. Single and multi-spot pattern delivery using standard continuous-wave or mircopulse treatment modes. Multi-spot pattern scanning for efficient pan retinal photocoagulation. Standard photocoagulation with optimized wavelengths Aiming beam: diode laser, 635 nm nominal Patterns: grid (2X2 7X 7) Circle, triple arc. Pattern spacing confluent (zero), 1-,2-,3-spot spacing in 0.25 diameter increments. Slit lamp style with table BQ or brand is acceptable that can withstand wear and tear by training program. Continuous zoom magnification. Adjustable eye pieces. Filter to protect user. BQ 900 Slit Lamp acceptable. Adapter coupled to the iridex IQ 577. Controls thermal elevation by chopping a continuous-wave (CW) beam into an envelope of repetitive short pulses allowing the tissue to cool between pulses and reduce thermal buildup. Fovea-friendly for retinal disorders. Argon laser Laser energy source: frequency-doubled solid state and direct diode Maximum power: 2000mW Exposure duration: MicroPulse: 10-3000 ms Exposure internal: CW-Pulse: 1.00-10.00ms Micropulse duration: Micropulse: 0.05-1.00ms Micropulse interval: 1.00-10.00 ms Micropulse duty cycle: preset selections of 5% , 10% , and 15 % (continuously adjustable from 0.4%-50%) Aiming beam: diode laser, 635 nm nominal User interface: touch-screen & Knobs Spot sizes: single spot: 50 um, 100um, 200um, 300 um, 500 um Spot sizes; multi spot: 100um, 200um, 300um, 500um Electrical: 100-240 VAC, 50/60 Hz Standard Warranty The products shall be covered by vendor s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: 5 years The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty minimal 5 years. The warranty period set forth therein shall run for one year following the first day of use at NWHCC/DPC eye service. The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor; The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid, therefore. The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. Delivery 7400 Merton Minter San Antonio Texas 78229 Delivery Schedule 0800-1600 Site address (installation) 8410 Datapoint Drive San Antonio Texas 78229 second floor Eye clinic. 9939 State Highway 151 San Antonio Texas 78251 first floor Eye clinic. Required delivery as soon as possible within 1-3 weeks. The vendor is required to manage and coordinate installation at the VA NWHCC with the VA POC- Ray Reil or Jennifer Hampton. If during the performance of this contract, work will be carried out on VA NWHCC/Datapoint premises, the vendor shall perform all work in such a manner that will cause a minimum interference with VA NWHCC/Datapoint operations and the operations of other contractors on the premises. The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). Training Is Required The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record the training and provide a electronic copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. Clean Up and Disposal There are limited used to dumpsters on site. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Place of Performance 8410 Datapoint Drive San Antonio Texas 78229 second floor Eye clinic. 9939 State Highway 151 San Antonio Texas 78251 first floor Eye clinic. NCO 17 is seeking sources that have the capability of providing these services. Firms that can provide these services are encouraged to respond to the sources sought notice by contacting the point of contact. Capable firms must respond to the POC no later than 10AM CST on July 29, 2025, to be considered. Interested firms must identify their company name, SAM UEI number, socioeconomic category, and are asked to provide a capabilities statement with their response. This notice is NOT a formal request for quote or proposals. No formal solicitation document exists currently. The information in this notice is for information and planning purposes only and is not to be construed as a commitment by the government. No contract will be awarded from this notice. The acquisition strategy will be decided based on responses and other market research efforts. If parties choose to respond, any cost associated with preparation and submission of data or cost incurred in response to this announcement shall be the sole responsibility of the contractor and will not be reimbursed by the Government. Notice: DO NOT respond to this notice in the Interested Vendors List. Interested firms must respond directly to Janice Malbon, Contract Specialist at: Janice.Malbon@va.gov.