6515--Camera Still Picture for wound imaging
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
2
SORCC reply 11/15/11
THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, and other Small Businesses, interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE, in support of the White City VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside.
The intended contract is a firm-fixed price supply purchase.
Potential contractors shall provide, at a minimum, the following information:
1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code.
2) Anticipated North American Industry Classification System (NAICS) code is 334510. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1250 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below.
3) The Government is not obligated to, nor will it pay for or reimburse, any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov.
5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide proof of authorized dealer or reseller letter from manufacturer.
6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available).
7) The salient characteristics must reflect the physical, functional, or performance characteristics equal to those provided below and products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers must:
(a) Meet the salient physical, functional, or performance characteristic of the item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.
(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the item meets or exceeds the salient characteristics required by the Government.
(c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information.
(d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information.
(e) Please identify Place of Manufacture and existing contract vehicle (ie. GSA, FSS).
It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov. or GSA eBuy.
DESCRIPTION OF THE REQUIREMENT:
The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted Request for Information/Sources Sought Notice.
Items: Brand Name or Equal to Manufacturer: Aranz Medical Ltd.
Item #
Description/Part Number*
Qty
Price
Extended Amount
1
Single SilhouetteStar (5MP) + SilhouetteConnect
Manufacturer Part # AMLGPSTB1000
1
2
SilhouetteCentral VistA (continuous license) Manufacturer Part #: AMLGPCES1001
1
3
Project Management for SilhouetteCentral VistA
Manufacturer Part #: AMLGSPMA1000
1
4
System Configuration and training per day
Manufacturer Part #: AMLGSSTD1000
2
5
Project Manager (Level 3)
Period of Performance to be determined
8
Â
SUBTOTAL (Products)
Â
SALIENT CHARACTERISTICS
Sources Sought Notice
Sources Sought Notice
*= Required Field
Sources Sought Notice
ITEM
Camera Still Picture
DELIVERY LOCATION & COSTS
Bldg. 225A Warehouse
VA SORCC
8495 Crater Lake Hwy.
White City, OR 975032
ACCESSORIES or OPTIONS
Camera Central VistA (continuous license) 1 additional Connection
Project Management on Camera Central VistA per day
INSTALLATION INFO
System Configuration and Training per day
MAINTENANCE
Services, Support and Warranty
Established Services Offered: Project Management, System Implementation, Data Management, Technical Training and Clinical Training
Hardware Warranty: Hardware Return to base
Software Upgrades: Software Support agreement defines level of upgrade support
Support Locations and Hours: International Support Support agreement defines hours
Project Manager Level 3
DIMENSIONS
Dimensions: 100mm x 67mm typ.
Weight: 240g typical
PERFORMANCE REQUIREMENTS
Advanced wound imaging
In-built documentation system providing wound information at the point-of-care and supporting the overall clinical management of wounds
Technology interfaces w/ the imaging device that communicates via Universal Serial Bus (USB) or WiFi
Automatically measures the area, depth, and volume of wounds and their healing progress
Software stores and manages wound informatics
Ability for wound assessment activity to be monitored, providing instantly available wound information
Mobile solution is available
Image Capture:
Controlled Artificial Lighting: Duel LED Flash
Managed Camera Settings: Auto-exposure fixed focus
Camera Resolution: 5MP
Measurement:
Measurement Dimensions: 3-D
Image Scale Calculation: Automatic and Non-contact
Measurement Calculated: Length, Width, Perimeter, Surface Area, Mean Depth, Max Depth, Volume, Area Reduction, Tissue Type%
Wound Tracing: Manual determined by clinical judgment
Medical Notes:
Patient Identifiers: Patient Information and Patient Identifiers
Patient Notes: Medical History, Diagnostic History
Visit Notes: Admission Status, Physicians, Vital Signs, Pain Assessment, Limb Assessment, Healing Factors Assessment
Wound Notes: Anatomical Site, Status, Measurements, Wound Etiology, Tissue Types, Tissue Appearance, Infection and Pain
Configuration: Configurable fields and conditional validation rules available (Enterprise Deployment only)
Auto Email Wound Assessment: Yes (Enterprise Deployment Only)
Protocol Engine: Guided Workflow (Optional Enterprise Deployment Only)
Customizable Notes: Yes (Enterprise Deployment Only)
Analysis and Reporting:
Trend Graphs: Area, Area Reduction, Max Depth, Mean Depth, Volume, Tissue Types
Reporting: Configurable PDF Assessment
Security:
Username and Password, LDAP (Enterprise Deployment Only)
Application Timeout: Configurable
Audit Records: Available for logon attempts, synchronizations, camera calibration checks, changes in patient data, data viewed, and data exported from Camera (Enterprise Deployment Only)
Integration and Data Export:
EMR: Order receipt and response (assessment report)(Enterprise Deployment Only)
Export: Images and Assessment Data
Image:
Sensor Resolution: 5MP (nominal)
Working Distance (from the base of the scanner): 235mm (typical), 265mm (max)
Depth of Field: 100mm
FOV Horizontal: 170mm min, 230mm max
Aspect Ratio: 4:3
Focus: Fixed
Guided Image Capture: Formation of laser lines for consistent Imaging
Exposure: Automatic
Picture Format: Exportable in png or jpg formats
Wound Measurement:
Maximum Wound Size: 230mm x 170mm typical
Minimum Wound Size: 2mm x 2mm typical
Accuracy (95% confidence interval):
Area (Cap measurement): 2%
Perimeter: 1%
Depth: 5%
Volume: 5%
Precision:
Area: 1mm²
Perimeter: 1mm
Maximum Depth: 1mm
Volume: 1mm³
Inter-rater Reliability: 1% for area and perimeter, <2% for max depth and volume
Intra-rater Reliability: 1% for area and perimeter, <2% for max depth and volume
Timings:
Image Capture Time: 3s typical
Image Transfer Time (USB): Included in time above
Lighting and Lasers:
Lasers: Class 1 per IEC 60825-1
Flash: High Power LED Flash, 10,000 Lux
User Interface:
Audio: Audible feedback via connected computer
Screen: Audible feedback via connected computer
Controls: Single Button
Capture Guidance: Laser Star
Connectivity:
Offline Support (wired USB w/ Camera Connect): Yes
USB: USB 2.0
USB Connection Time: <15s
Compliance:
Laser: Class 1 Designation IEC 60825-1
EMC: IEC 60601-1-2: 2007
Medical Device: IEC 60601 3rd Edition
Cleaning:
Alcohol (Isopropyl) Based Wipes: Yes
Bleach Based Wipes: ,1:50 concentration, limited use
Mild Detergent: Yes
Water Based Wipes: Yes
Hydrogen Peroxide Based Wipes: Yes
Environmental:
Operating Temperature: 10ºC (50ºF) min to 30ºC (86ºF) max
Storage Temperature: -5ºC (23ºF) min to 50ºC (122ºF) max
Operation Humidity: 0% RH min to 80% RH max
Lighting² 100 lux min 400 lux nominal 1000 lux max
Accessories:
JUSTIFICATION
Additional Podiatry provider, which requires additional camera, as both Providers will be addressing the same/similar issues with Veterans at the same time.
DEPARTMENT
PMR
POWER NEEDS
Power Requirements:
Power Consumption: Compatible w/ USB 2.0 power specifications 500mA @5V
IMAGE
If your business is interested and capable, please send the capability statement in accordance with the above requirements, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on December 01, 2025. NO PHONE CALLS, PLEASE.
Again, this is not a request for quote, and no solicitation is available at this time.