Opportunity
SAM #36C25026Q0560
VA Seeks Autofocus Fundus Camera System for Detroit Medical Center
Buyer
VA Network Contracting Office 10
Posted
May 06, 2026
Respond By
May 20, 2026
Identifier
36C25026Q0560
NAICS
423460, 334510
The Department of Veterans Affairs is seeking to procure advanced retinal imaging equipment for the John D. Dingell VA Medical Center in Detroit, MI. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 10 - John D. Dingell VA Medical Center - OEMs and Vendors: - NIDEK (OEM for the AFC-330 Autofocus Fundus Camera and NAVIS-EX Software) - Products/Services Requested: - NIDEK AFC-330 Autofocus Fundus Camera with X, Y, Z axis tracking (1 unit) - Laptop computer (1 unit) - NAVIS-EX Software (Part #19702-0540, 1 unit) - K2 Table (Part #K2-002, 1 unit) - One-year warranty package (1 unit) - Installation and staff in-service/training material (1 unit) - Unique/Notable Requirements: - Equipment must support non-mydriatic color fundus photography, high-resolution digital imaging, and multiple imaging modalities - DICOM connectivity for image management and export - Support for small pupil imaging and wide-field fundus imaging - Auto-exposure and flash control - Compact footprint suitable for exam rooms - Brand-name or equal solutions accepted (not limited to NIDEK) - Place of Performance: - John D. Dingell VA Medical Center, Detroit, MI - NAICS code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing)
Description
Page 2 of 2
This is a SOURCES SOUGHT only pertaining to brand-name or equal item(s) for the John D. Dingell VA Medical Center. Information collected during this Sources Sought may be used in a set-aside. If a solicitation is issued, the Government will do so in accordance with the Federal Acquisition Regulation (FAR) and applicable VA acquisition policies.
The Northern American Industry Classification System (NAICS) number is 334510. The NAICS size standard is 1,250 employees.
Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the Small Business Administration (SBA) and be able to be located through the SBA Dynamic Small Business Search. Any contractor that believes that they are capable and desires to claim preference for veteran-owned small business status must be registered in SBA at SBA.gov as a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB).
Contractors who deem themselves capable of meeting the requirement shall provide the information listed below to Kellie Konopinski, Contracting Officer at Kellie.Konopinski@va.gov, and Natalie Harris, Contract Specialist at natalie.harris4@va.gov, no later than Wednesday, May 20, 2026, 4:30 p.m. EST., referencing Acquisition ID: 36C25026Q0560.
Responses shall include:
(1) Business Name and Address
(2) Contract number items are covered under, if applicable
(3) Point of Contact name, phone number, and email address
(4) SAM UEI and NAICS code
(5) Business size (Small or Large)
(6) Type of business (SDVOSB, VOSB, 8(a), HUBZone, Woman-Owned, etc.)
(7) Information about the product proposed and identification of any salient characteristics not met
(8) Country of manufacture
(9) If the concern is not with the manufacturer, provide the manufacturer s name, size standard, and an authorized distributor letter
(10) If the concern is the manufacturer and sole distributor, provide documentation to that effect; if the manufacturer has authorized distributors, provide a list of those distributors
(11) Current lead time of the proposed equipment
Contractors must be registered with https://www.sam.gov.
To be considered SDVOSB/VOSB, contractors must be registered and certified in the SBA.
FOB is the destination.
Delivery is to:
John D. Dingell VA Medical Center 4646 John R Street Detroit, MI 48201
REQUIREMENTS:
AUTOFOCUS FUNDAS CAMERA w/X, Y, Z AXIS TRACKING (Quantity of One (1)
John D. Dingell VA Medical Center Neurology Integrated Clinical Service is seeking sources capable of providing a brand-name or equal to NIDEK AFC-330 Autofocus Camera with X, Y, Z Tracking. The requested equipment is for Retinal Imaging. Retinal Imaging is essential for early detection, diagnosis, and management of a variety of sight-threatening conditions frequently encountered in VA populations, such as diabetic retinopathy, glaucoma, age-related macular degeneration, and hypertension-related eye changes.
SCOPE:
The contractor shall provide brand-name or equal equipment for NIDEK AFC-330 Autofocus Fundas Camera w/X, Y, and Z AXIS TRACKING.
The reason for this requirement is the:
Consistency and Accuracy:Â The autofocus feature automatically adjusts the lens to capture clear retinal images regardless of operator experience or patient cooperation. This is critically important in the VA population, which can include elderly and disabled veterans who may have difficulty fixing their gaze or remaining still.
Efficient Workflow:Â Automated focus and automatic X, Y, and Z axis tracking substantially reduce imaging time, decrease retakes, and minimize patient discomfort and clinic delays.
Operator Independence:Â VA clinics often have varying levels of staffing and expertise; a system that automates focusing and alignment means technicians and nurses, not just experienced ophthalmic photographers, can successfully operate the equipment.
Improved Diagnostic Confidence:Â High-quality, consistently focused images support accurate diagnosis, facilitate tele-ophthalmology reading, and enhance continuity of care.
Location:
John D. Dingell VA Medical Center, Neurology Integrated Services 4646 John R. Street Detroit, MI 48201
Minimum Specification and Characteristics: Must support non-mydriatic color fundus photography. Must provide high-resolution digital imaging. Must support multiple imaging modalities, including single color, pair, panorama montage, and anterior segment imaging, Must allow automatic/manual alignment, focus, and image capture to ensure ease of use and consistency. Must support imaging through small pupil sizes ( 3.3mm or equivalent) without pharmacologic dilation. Must provide wide-field fundus imaging (minimum 45°field of view). Must include multiple internal fixation targets for accurate posterior pole and peripheral imaging. Must include auto-exposure and flash control to optimize the image. Must support digital image storage and export in JPEG and XML format for integration with an external system. Must support low-light capture for patient comfort. Must have a compact footprint suitable for standard exam rooms. Must support DICOM connectivity via NAVIS-EX or equivalent image management system. Fluorescein Angiography and Stereo Imaging (Optional)
Main Body Specifications: Device type: Non-mydriatic fundus camera Angle of view: 45° (33°in small pupil photography mode) Working distance: 45.7mm (from objective lens to cornea) Dioptric compensation for the patient s eye: -33 to +35D total -33 to -7D with minus compensation lens -12 to +15D with no compensation lens +11 to +35D with a plus compensation lens Light source: For observation: Halogen lamp 12V 50W For capturing: Xenon flash lamp 300Ws Flash intensity: 17 levels from F1 to F17, 0.5 EV increments Internal fixation target: LED (maximum 9 points) External fixation target: Free arm (optional) Horizontal movement: Forward/back (40mm), Right/left (85mm) Vertical movement: 32mm Vertical movement of the chinrest: 62mm (motorized) Auto tracking: X-Y-Z direction Auto shot: Available Camera: Built-in 12-megapixel CCD camera Display: Tiltable 8.4-inch color LCD touchscreen Interface: LAN, USB 2.0 Power supply: AC 100 to 240V, 50/60Hz Power consumption: 150VA Dimensions/Mass: 316 (W) x 518 (D) x 579 (H) mm/29kg, 12.4 (W) x 20.4 (D) x 22.8 (H)" /64lbs
The facility requires: Equal to or brand name: NIDEK AFC-330 Autofocus Fundus Camera (1) NIDEK AFC-330 Autofocus Fundus Camera with X, Y, Z Axis Tracking (1) Laptop Computer (1) NAVIS-EX Software (Part #19702-0540) (1) K2 Table (H-base with 20"x32" tabletop) (Part #K2-002) (1) One-Year Warranty Package (1) Installation and Staff In-Service/Training Material Environmental Conditions: - *Operating Temperature: * 10°C to 40°C - *Humidity: * 30% to 75% non-condensing Certifications: *Standards: * CE, ISO 13485, and possibly FDA approval depending on region
Disclaimer: This Sources Sought notice is issued solely for market research purposes and does not constitute a solicitation. The Government will not pay for any information submitted in response to this notice. Participation in this Sources Sought does not guarantee inclusion in any future solicitation.