Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
DOCUMENT

65 -- Gastric Motility System - Attachment

Notice Date
4/6/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39216
 
Solicitation Number
VA25616N0507
 
Response Due
4/13/2016
 
Archive Date
5/13/2016
 
Point of Contact
TEAMBREYA THOMPSON
 
E-Mail Address
6.6961<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs is conducting a MARKET RESEARCH SURVEY to obtain information regarding potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) relative to NACIS 339112. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. See Statement of Objectives. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1.Company Name and Address 2.Business size (large or small) 3.DUNS number 4.Socioeconomic status (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, FSS/GSA contract schedule holders or Large Business) 5.Any pertinent information which demonstrates firm's ability to meet the requirement outlined in the Statement of Objective. Submit Capabilities Statement by April 13, 2016 to: Department of Veterans Affairs, NCO 16 - ATTN: Te'Ambreya Thompson. Responses should be received no later than 11:00 AM CDT. Submissions must be made via email to: Teambreya.Thompsons@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The overall purpose is to provide and install a Gastric Motility System comprised of a Radiofrequency Ablation (RFA) System, High-resolution Manometry System, Reflux Monitoring System, and Capsule Endoscopy System. The contractor shall supply and the price shall include all equipment, supplies and all necessary elements required to train staff, deliver and ensure implementation for all deliverables. These systems must meet the salient characteristics and criteria listed below established by the Gastrointestinal Service at SLVHCS Central Energy Plant building 2400 Canal St, New Orleans, LA 70119. The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined below. All equipment and installation must meet manufacturers and VA specifications. The gastric motility system must permit maintenance professionals the ability to connect to system to perform diagnostics, troubleshooting, and maintenance as an administrator if required. Preventive Maintenance: The vendor must have preventive maintenance service to meet at minimum The Joint Commission standards. The Contractor is responsible for any missing parts and components not included in order to carry out the installation. SALIENT CHARACTERISTICS Radiofrequency Ablation System (RFA) Suggested Manufacturer Brand Name: Covidien, BRX Flex Gen Model 115A, OR EQUIVALENT, as listed below: Specifications/Salient Characteristics: Ability to generate bipolar radiofrequency energy at a consistent and controlled depth of less than 1,000 micrometers for tissue ablation in the GI tract Ability to deliver ablative energy in less than one second in a bipolar uniform manner Ability to deliver energy through various catheters designed to treat tissue in a circumferential or focal manner based upon the treatment area size Ability to change from various treatment catheters during same treatment session Ability of the system to assess the anatomy and recommend sizing for the treatment catheters Ability of the system to adjust power settings automatically to match the delivery catheter Option for hands-free activation of energy delivery system Warranty does not become active until equipment is installed/tested/operational, and User training is complete High-Resolution Manometry System Suggested Manufacturer Brand Name: Covidien, ManoScan System, OR EQUIVALENT, as listed below: Specifications/Salient Characteristics: High resolution imaging of the esophagus and anorectum from data acquisition Option for multiple sized catheters Option to synchronize with radiology to allow for synchronized, simultaneous video and pressure collection if needed Must have lockable wheels, LCD flat panel screen of at least 20", and articulating arm Must be Windows 7 or higher operating system Must provide pressure and impedance channels Ability to generate 3D anatomical manometry for anorectum 3D probe must have at least 256 point sof measurement for high resolution Warranty does not become active until equipment is installed/tested/operational, and User training is complete Reflux Monitoring System Suggested Manufacturer Brand Name: Covidien AccuView/Bravo/Digitrapper/New Bravo, OR EQUIVALENT, as listed below: Specifications/Salient Characteristics: For esophageal pH monitoring system - Ability to collect esophageal pH data over multiple days Ability to determine frequency and duration of acid reflux within the esophagus Wireless system (catheter free) to allow patients to ambulate while obtaining data Ability to track and correlate patient symptoms with pH data Ability to interface with below pH/Impedance testing on the same software platform for pH/impedance testing - Ability to combine high resolution manometry images with esophageal impedance data into a layered image on one report Ability to collect pH data via wireless sensor for a minimum of 48 hours continuously Ability to allow patients the ability to ambulate while collecting da Ability to determine frequency and duration of acid and nonacid reflux within the esophagus Ability to interface with above wireless pH testing on the same software platform pH recorder must be lightweight at less than 200 grams Warranty does not become active until equipment is installed/tested/operational, and User training is complete Capsule Endoscopy System Suggested Manufacturer Brand Name: Covidien, RAPID WS/RAPID 8/PillCam, OR EQUIVALENT, as listed below: Specifications/Salient Characteristics: Must integrate with the software already purchased/installed at the VA APU Ability to wirelessly image the small bowel Ability to allow patients the ability to ambulate while collecting data Ability of image recorder to increase/decrease image capture rate based upon how fast capsule is moving Warranty does not become active until equipment I installed/tested/operational, and User training is complete. DELIVERY AND INSTALLATION DELIVERY Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119, on November 7, 2016. INSTALLATION All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. Install all equipment to manufacturer's specifications maintaining Federal, and Local safety standards Installation must be completed by November 11, 2016. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday - Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. ***This is NOT a solicitation for quotes. This is only a Sources Sought to see if any other vendors can meet the requirements.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25616N0507/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-0507 VA256-16-N-0507_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2659109&FileName=VA256-16-N-0507-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2659109&FileName=VA256-16-N-0507-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERAN AFFAIRS;SOUTHEAST LOUISIANA VETERANS HEALTH CARE;2400 CANAL STREET;NEW ORLEANS LA
Zip Code: 70119
 
Record
SN04075075-W 20160408/160406234420-60d33c49303d802902b7ee015e758158 (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.