DOCUMENT
65 -- OR Waste Managerment System\ VISN 23 BIOMED - VISN Wide Procurement - Attachment
- Notice Date
- 10/22/2012
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;FARGO VA HEALTHCARE SYSTEM;2101 ELM STREET (04-S);FARGO ND 58102-2417
- ZIP Code
- 58102-2417
- Solicitation Number
- VA26313I0071
- Response Due
- 11/16/2012
- Archive Date
- 2/14/2013
- Point of Contact
- John D. North III
- E-Mail Address
-
(701)
- Small Business Set-Aside
- N/A
- Description
- This is a Source Sought Notice - Request for Information. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1)The availability and capability of qualified small business sources (2)Whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small business; veteran-owned small businesses; woman-owned small business; or small disadvantaged businesses; (3)The availability and capability of large business sources; (4)Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. (Option statement: An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.) The NAICS code for the project is 339112. The small business size standard is 500-employees. Background: The Department of Veterans Affairs, Veterans Integrated Service Network-23 (VISN-23) is seeking Operating Room Fluid and Smoke Waste Management System, the Network currently disposes of thousands of pound of surgical irrigation fluid a year. Medical Centers throughout Network-23 require an Operating Room (OR) Fluid and Smoke Waste management System(s) that enables the staff to dispose of the fluid safely and efficiently. Any proposed system should eliminate the splash risk from disposing contaminated fluid down the hopper and changing suction canisters. Purpose and Objectives: To communicate with industry to identify potential solutions to the Networks-23 Operating Room Fluid and Smoke Waste Management System that will meet or exceed established criteria, as well as, developing an acquisition strategy to provide these items to the following Network-23 medical sites: Table 1. Existing VISN-23 Medical Centers Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417 Omaha (Nebraska Western Iowa (NWI)) VA Health Care System, 4101 Woolworth Avenue, Omaha, NE 68105 VA Black Hills Health Care System - Fort Meade Campus 113 Comanche Road, Fort Meade, SD 57741 Des Moines VA (Central Iowa) Health Care System 3600 30th Street, Des Moines, IA 50310-5774 St. Cloud VA Health Care System 4801 Veterans Drive, St. Cloud, MN 56303 Sioux Falls VA Health Care System 2501 West 22nd Street, Post Office Box 5046, Sioux Falls, SD 57117-5046 Table 1. Existing VISN-23 Medical Centers - Continued Iowa City VA Health Care System 601 Highway 6 West, Iowa City, IA 52246-2208 Fargo VA Health Care System 2101 Elm Street, Fargo, ND 58102-2417 Project Requirements: The proposed acquisition will involve the following types of activities: (These are desired capabilities) Item 1. Waste Management System(s) are as follows ~ a. Rotating Digital Display b. Dual Canister Design c. Minimum 24-L of collection capacity e. Two (2) independently adjustable suction lines f. Suction range 2-21 in/Hg g. Fluid readout - canister records every 20-ml h. Automatic IV Pole with capacity to hold four (4) 3000-cc saline bags i. Smoke evacuator with Ultra Low Penetrating Air Filter (ULPA) filter for smoke evacuation filtration j. Minimum of three (3) different port sizes for smoke tubing k. Minimum of four (4) ports for the attachment of suction tubing l. Horizontally integrating manifold with back-check valves m. Completely closed system Item 2. Docking Station(s) are as follows ~ a. Vertical coupler connection b. Maximum height 16-inches c. Maximum depth 23-inches e. Maximum width 23-inches Item 3. Optional Warrant/Service/Maintenance Plans (options to extend these services for a period not to exceed five (5) years) Item 4. Contractor or Contractor Authorized Service Centers located within two (2) hours of each of the medical centers identified in Table 1. Item 5. Does the contractor have an established telephone technical support center(s) available to Biomedical Engineering staff 24-hours a day and seven (7) days a week? Item 6. Does the contractor accept trade-ins of existing equipment? Anticipated Period of Performance: The VISN envisions a staggered delivery scheduled over a 60-day period after award, if solicitation results from this sources sought notice a post-award meeting will be conducted by Senior VISN Biomedical Representative, specific delivery site (local) Biomedical Representatives, and the assigned Contracting Officer. Other Important Considerations: Is your Operating Room (OR) Fluid and Smoke Waste Management System currently have FDA 510(k) pre-market approval and a proven safety record. Capability Statement/Information Sought: If a contractor is interested in responding to this Source Sought Notice, they should provide the government ~ a.Brochures for the OR Fluid/Smoke Waste Management System b. Technical Drawings of OR Fluid/Smoke Waste Management System to include docking stations installation requirements c. Manufacturer Recommended maintenance Schedule / Requirements d.List of expendable items and current cost (if applicable) e. Warranty / Maintenance / Service Plan Information f. List of authorized service representatives within two (2) hours radius of each facility identified in Table 1. g.Contractor's Duns and Bradstreet Number (DUNS): h.Existing Government Contract Number: Federal Supply Schedule (FSS)General Services Administration (GSA) VA National Acquisition Center (VA NAC)Governmentwide Acquisition Contract (GWAC) i. Socioeconomic category: Service Disabled Veteran Owned Small Business (SDVOSB) 8(a) HUBZone Veteran Owned Small Business (VOSB) Small Disadvantaged Business Participation Program Women Owned Small Business (WOSB) Minority Owned Small BusinessSmall Business Other: j. Recommendations to the solicitation Information Submission Instructions: All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to John D. North III, Contract Specialist, at John.North@va.gov in MS Word or Adobe Portable Document Format (PDF), by Friday, October 26, 2012. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FVAMROC/DVAMROC/VA26313I0071/listing.html)
- Document(s)
- Attachment
- File Name: VA263-13-I-0071 VA263-13-I-0071.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506128&FileName=VA263-13-I-0071-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506128&FileName=VA263-13-I-0071-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-13-I-0071 VA263-13-I-0071.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506128&FileName=VA263-13-I-0071-001.docx)
- Record
- SN02917088-W 20121024/121022233715-f309ec99461d30e651589fc1de95ca95 (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 |