DOCUMENT
65 -- Dual Dermatology Laser System - Attachment
- Notice Date
- 4/3/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument 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
- 36C26218Q9268
- Response Due
- 4/9/2018
- Archive Date
- 5/9/2018
- Point of Contact
- Won Chae
- 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 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 1000 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 provide a Dual Dermatology Laser System that at a minimum meets the following salient characteristics for the VA San Diego Healthcare System (VASDHS): Salient Characteristics Must be a non-ablative resurfacing device Must have scar treatment capabilities for all skin types (dark and light skin) and treat actinic keratosis Must be able to be used on disfiguring facial scars or painful scars including but not limited to post-operative scars, post traumatic or infectious scars, atrophic facial acne scars, post viral atrophic scarring Must provide advanced skin resurfacing results for both deep and superficial treatments Must create thousands of microscopic treatment zones per square centimeter Must provide accelerated treatment of pigmentation, acne and surgical scars, and actinic keratosis and effective in stimulating repair and rejuvenation Must provide scar treatment capabilities for inflammatory disorders such as dsap and granuloma annulare, and to enhance foreign body tattoo removal Must provide treatment capabilities that are effective on pigmentation and Sun damaged skin from over exposure to dangerous ultraviolet light Must be a dual fiber laser which provide a choice between the single or dual fiber laser Must provide easy selection of either the deep penetrating Erbium fiber laser or the more superficial Thulium fiber laser Hand piece must have a continuous motion, with single operator cooling that helps the laser create a consistent treatment area pattern Must have cool roller application for focused cooling of target treatment areas. Must have a skin contact sensor integrated into the hand piece Must have footswitch operated laser trigger Must be laser dual type laser which includes both Erbium laser and Thulium (TM Fiber) laser Must provide variable optical spot size for maximum depth of penetration Must have touch-screen display panel Must operate with wavelength. Brand Name Information: Fraxel Restore Dual Laser System: Part #SYS-SR1500-D-US; 1 EA Laser Protective Eyeglasses: Part #MC-LG-GLASS; 2 EA Factory Warranty for 24 months: 1 EA *The manufacturer is Solta Medical. 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: (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. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, April 09, at 1:00 p.m. PST. 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 request for information. 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/36C26218Q9268/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9268 36C26218Q9268.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199152&FileName=36C26218Q9268-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199152&FileName=36C26218Q9268-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9268 36C26218Q9268.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199152&FileName=36C26218Q9268-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN04876437-W 20180405/180403231601-b03f4fabf21063693ce743d2605d1fd3 (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 |