Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
DOCUMENT

65 -- Cryoablation Needles - Attachment

Notice Date
2/13/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9128
 
Response Due
2/16/2018
 
Archive Date
3/18/2018
 
Point of Contact
Carol Evans
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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 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 RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 750 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 22 Network Contracting Office, is seeking sources that can at a minimum meet the following statement of work with a brand name or equal to Cryoablation Needles for the VA San Diego Healthcare System: statement of work, VA San Diego Healthcare System: VAMC San Diego - Interventional Radiology Service (IR) needs a one year contract with a three-year extension option to ensure continued services in cryoablation procedures. These IR procedures are ablations to treat malignant tumors. The ablation procedure is performed by an Interventional Radiologist who specializes in these types of invasive procedures. The Interventional Radiologist is normally assisted by a special team consisting of a nurse and an IR technologist. There are two types of IR ablation. For this document, we will be referring to the cryogenic (freezing) method to destroy (ablate) cancerous cells or tumors found in the lung, liver, breast, kidney and prostate without the need of general surgery. This can be done as same day surgery lowering the overall cost and risk to the patient. To perform the cryoablation procedure, a special ablation system and products called cryoprobes (needles), of which the vendor shall provide, are required. The following responsibilities include: Scope: One year contract with three-year extension option. The vendor representative shall bring the cryoablation device. Vendor shall set up, trouble shoot, and provide verbal support to the Interventional Radiologist in guiding the needles to the abnormal tissue and delivering the appropriate charge to ablate the affected tissue or mass. Vendor will follow regulations set forth by Biomedical Engineering and VA San Diego. The vendor shall bring the appropriate types of accessories and cryoprobes (needles) as trunk stock items. This is to include the proper amount of each item for the Interventional Radiologist as they determine the correct needle for each cryoablation procedure. The vendor will supply a qualified representative to assist with the entire procedure. The cost of service to include vendor operator time, operation of the cryoablation device and rental fee of cryogenerator. In addition, only the accessory items that were used are to be charge for the invoicing. Maximum purchase quantity is unknown. The number of cryoablation procedures is determined by the VAMC San Diego Interventional Radiologist, and the vendor must be able to provide the service and products at their designation. No initial stock will be purchased. No stock will be maintained at this agency. All service and products will be ordered as needed for each individual ablation procedure performed. Invoices must have the purchase order, must be itemized, and must be HIPPA compliant. Various cryoprobes (needles) are used depending on patient anatomy and size of tumor the following needles shall be provided as part of this contract: FPRPR3602 IceForce 2.1 CX 90 Degree Cryoablation Needle, FPRPR3533 IceRod 1.5 CX 90 Degree Cryoablation Needle, FPRPR3601 IcePearl 2.1 CX 90 Degree Cryoablation Needle. *Vendor shall bring all required cryoprobes (needles) and rental cryotherapy system equipment required for each procedure. End of statement of work Brand name info: Line Item Item Number Description QTY UNIT 1 FPRPR3602 IceForce 2.1 CX 90 Degree Cryoablation Needle 1 EA 2 FPRPR3533 IceRod 1.5 CX 90 Degree Cryoablation Needle 1 EA 2 FPRPR3601 IcePearl 2.1 CX 90 Degree Cryoablatoin Needle 1 EA 4 VI-SVC Visual Ice Generator Daily Utilization Service Fee 1 EA 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 can provide 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: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) 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 number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Carol.Evans3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, February 16, 2018 at 4:00 p.m. EST. 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 sources sought. Responses to this sources sought 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/36C26218Q9128/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9128 36C26218Q9128.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083859&FileName=36C26218Q9128-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083859&FileName=36C26218Q9128-000.docx

 
File Name: 36C26218Q9128 S05 Cryablation Needles RFI.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083860&FileName=36C26218Q9128-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4083860&FileName=36C26218Q9128-001.pdf

 
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 Veterans Affairs;San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
 
Record
SN04821158-W 20180215/180213231319-09f32b19e2ab704a362091eac61d0875 (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.