Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

Q -- Cryo-therapy Services

Notice Date
5/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA-263-09-RQ-0189
 
Response Due
5/13/2009 11:59:00 PM
 
Archive Date
5/28/2009
 
Point of Contact
Matthew NullContracting Officer<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A RECOVERY ACT ACQUISITION - Department of Veterans Affairs (VA), Veterans Affairs Medical Center (VAMC)-Iowa City, Iowa, intends to issue a request for quotation (RFQ) to award a requirements contract for per procedure cryo-therapy services. The Contractor shall provide cryosurgical apparatus along with a certified/trained cryosurgical applications specialist(s) to operate the necessary systems for urological surgical procedures. The procedures consist of cryosurgical ablation of prostate cancer and laparoscopic renal tumors. The specialist(s) provided must be a certified Cryoablation Application Specialist with sufficient qualifications and experience in operating both cryo-therapy and ultrasound systems (ultrasound system provided by the VAMC). Contractor shall provide a certificate of training completion for each equipment specialist provided indicating that s/he is a trained and certified cryo-applications specialist with relevant experience of at least one year, and having performed in at least 25 prostate and 15 kidney cryosurgical ablation procedures. All equipment and services required for performance of this contract shall be provided on site at the VA Medical Center, 601 Hwy 6 West, Iowa City, IA, on a per procedure basis. The contractor shall provide a proctor, who is a physician, for the first two (2) prostate cancer/prostate procedure cases. A VAMC physician will perform the actual surgical procedure. The following equipment, supplies, and associated accessories shall be provided by the contractor along with equipment specialists and shall be included in the fee per procedure: (1) Equipment provided under rental per procedure agreement shall include: a) Cryo-ablation system and associated accessories b) Gas hoses and regulators system (VA will provide gas) c)Urethra Warming Device d) Bi-plane transrectal ultrasound probe e) Laparoscopic Ultrasound Probe f) Linear Ultrasound Probe g) Stepping & Stabilizing Device (floor or rail) h) 17 Gauge Grid Template (2) Supplies (standard kit) to be provided per prostate procedure shall include: a) Disposable Cryo-Needles Minimum of 14 Each b) Disposable Cryo Thermal Sensors - Minimum of 3 Each c) Disposable Urethra Warming Catheter & Tubing - Minimum of 1 Each(3) Supplies (standard kit) to be provided per renal laprascopic procedure shall include: a) Sharp-tip cryo-ablation probe, 180mm x 3mm - Minimum of 1 Each b) Sharp-tip laparoscopic cryo-probe, 400mm x 3mm - Minimum of 2 Each c) Renal Cryo-ablation Kit to include 17 Ga. Needles - Minimum of 6 Each d) Thermal Sensor Needles - Minimum of 2 Each (4) Cryo-Ablation Professional Services a) Certified Cryo-System Technician b) Certified Ultrasound Sonographer c) Proctor physician, for the first two (2) prostate cancer/prostate procedure cases. (c) The Contractor is responsible for keeping his equipment in good working order and shall provide all maintenance, repairs and upgrades to the equipment as required to keep it in optimal condition. (d)The VAMC will provide the ultrasound scanner to be used during the procedures. Details on the provided ultrasound scanner is as follows: Manufacturer: BK Medical Systems, Model: Focus 2202-10, Serial: 1866282, Console software version 4.0.1018. Payment will be made on a per procedure basis. The base period will be from the date of award until the end of the current Fiscal Year (Sept. 30, 2009) plus four (4) 12-month option periods. Total contract period not to exceed not exceed five (5) years and six (6) months. Contractor shall be responsible for providing his/her own housing, transportation, malpractice insurance, professional membership fees, continuing education costs, sick leave and vacation time. All offers submitted will be referred to a Technical Evaluation Panel for review. Award of a contract will be based on the following: technical capability, past performance, and price. Commercial Items terms, conditions, and provisions/clauses will apply. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. NAICS Code is 621999, size standard is $10 million. This acquisition is a total 100 % Small Business Set-Aside. Solicitation documents will be available on this website on or about May 6, 2009. All questions can be submitted in writing to the issuing office, email: matthew.null@va.gov; fax (319) 887-4957.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ee7b5b8e16619ab6c926579b38ece93&tab=core&_cview=1)
 
Place of Performance
Address: Iowa City VA Medical Center;601 Highway 6 West;Iowa City, IA<br />
Zip Code: 52246<br />
 
Record
SN01806626-W 20090503/090501220602-6ee7b5b8e16619ab6c926579b38ece93 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.