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, 2017 FBO #5615
DOCUMENT

65 -- Disinfection Equipment for Ultrasound Transvaginal Transducers - Attachment

Notice Date
4/6/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117Q0436
 
Response Due
4/10/2017
 
Archive Date
6/9/2017
 
Point of Contact
Susanne Christen, Susanne.Christen@va.gov
 
E-Mail Address
susanne.christen@va.gov
(susanne.christen@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office, is seeking sources that can provide equipment for disinfection of ultrasound transvaginal transducers, along with, a compatible printer, wall mount for disinfection equipment, chemical(s) or other substance(s) for disinfection, and printer paper for the printer; which at a minimum, meet the following salient characteristics: Ultrasound Transvaginal Transducer Sterilizing Equipment and Accessories Must provide high level disinfection (HLD)of transvaginal pelvic probes, Must be an automated, closed, and compact system that can be used in patient examining rooms and mounted on the wall, Must disinfect pelvic probes using vaporized hydrogen peroxide solution to avoid damage to existing pelvic probes, Must use a disinfectant that is a high-level disinfectant, and it must be listed as such on the United States Food and Drug Administration s website, Must include a sensor that validates that the disinfection cycle has been completed, Must be designed to sterilize both the probe and handle of the transvaginal transducer, 6 Must include a sensor that validates that the disinfection of both the probe and the handle of the transvaginal transducer has been completed, Must achieve at least a 6 log reduction (10 )in bacterial contamination, 4 Must achieve at least a 4 log reduction (10 )in viral contamination, Must disinfect pelvic probes within seven (7) minutes or less so that time can be used efficiently for patient appointments, Must kill bacteria and fungi, Must prevent replication and infection of virus, Must kill strains of humanpapillomavirus (HPV) virus that cause cancer in humans, Sterilization process must not require any soaking, Probe must be linked to the cycle data and time with each patient and procedure, Disinfectant cartridge must remain sealed until it is installed inside the sterilizing equipment, Software must be compatible with the Windows 7 operating system, Software must seamlessly interface the sterilization and printer equipment, Printer and software must have the ability to provide time stamped, high level disinfection reports that can be saved as Adobe Acrobat (.pdf) documents or printed out on the printer, Printer must have the ability to print out labels for records, Maintenance and user guides must be provided. Quantities are as follows: One (1) ultrasound transvaginal transducer sterilizer One (1) printer One (1) wall mount One (1) box of each type of chemical needed (include the total ounces) One (1) ream of paper (include the total number of sheets) The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information, as well as, the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Susanne.Christen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, April 10, 2017 at 2 p.m. Eastern Standard Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117Q0436/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0436 VA261-17-Q-0436.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3398335&FileName=VA261-17-Q-0436-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3398335&FileName=VA261-17-Q-0436-000.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: VA Pacific Islands Healthcare System;459 Patterson Road;Honolulu, HI
Zip Code: 96819
 
Record
SN04462789-W 20170408/170406235148-2d82ddb5a334cd4395715fa300fec8ef (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.