6515--Camera Still Picture for wound imaging

SOL #: 36C26026Q0160Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

White City, OR

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 20, 2025
2
Response Deadline
Dec 1, 2025, 6:00 PM

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.

People

Points of Contact

Maureen SundstromContracting SpecialistPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Sources Sought
Posted: Nov 20, 2025
6515--Camera Still Picture for wound imaging | GovScope