Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2019 FBO #6489
SOURCES SOUGHT

65 -- Urodynamic Fluroscopy Procedure Table Brand Name or Equal

Notice Date
8/28/2019
 
Notice Type
Synopsis
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;Melanie Stockman, Contracting Officer;4801 Veterans Drive;St. Cloud MN 56303
 
ZIP Code
56303
 
Solicitation Number
36C26319Q0962
 
Response Due
9/4/2019
 
Archive Date
10/4/2019
 
Point of Contact
Melanie Stockman
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION (RFI) only. Market research is being conducted to determine the amount of qualified and capable businesses that can provide the items requested below. If you believe your firm is able to provide the items requested below, you are encouraged to respond by the due date with all of the required information indicated below in order to be considered. Due date for responses is close of business (4:30PM local time/CT) on Wednesday, September 4, 2019. Email responses to Melanie Stockman at melanie.stockman@va.gov. All questions must be submitted in writing to the Contracting Officer in writing via email. Telephone inquiries will NOT be accepted/returned. When submitting a response to this RFI, offerors must include the following: Indicate socio-economic status Include picture of offered items and support literature, brochure etc Indicate any existing Government contract where item(s) may be purchased (i.e. FSS/GSA contract etc) Must be able to provide installation/training 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. NAICS: 339112 Size Standard: 1000 employees SPECIFICATIONS: Brand Name or Equal-Sonestra Procedure Table, Quantity: 1 System Requirements Contractor shall provide the following products: Item Description Quantity 1 Sonesta 6210 - Urodynamic Fluoroscopy Procedure Table -Brand Name or Equal 1 2 Trade in option if available 1 Solution shall have the following requirements: Solution must be designed to perform Video Urodynamic Studies and other fluoroscopic urological procedures in conjunction with a C-Arm Solution must allow for imaging to be performed in standing, seated, and supine positions Table must adjust easily with a hand controller in the following positions: Supine to 90 degrees standing position Seated to standing position Supine to seated position The longitudinal imaging area must be at least 19 inches and must have complete radiolucent carbon fiber seat and back for head-to-toe imaging Table must allow for anterior/posterior, lateral, and oblique views and oblique views without obstruction Solution must come with a urodynamic funnel and funnel holder Table must also have: Hand Control (x1) Plastic Funnel with drainage (x1) Arm rest holder (x1) Arm rest (x1) Leg rest holders (x2) Heavy Duty Rissler Leg Rests (x2) Fold up Footrests (x2) Side Rail (x1) Selected vendor must install Selected vendor must provide a one-day in-service Training must include clinicians and technical staff members Device must come with a user manual and a service manual/instruction Technical Specifications: Length (with or without leg extensions) 63 78 Width 39 Adjustable height 20 -51 Imaging area (with and without leg extensions) 63 78 Weight capacity 551 lbs. Warranty Contractor shall provide one (1) year of ongoing support after installation of the equipment. Installation Contractor shall install the solution at the Minneapolis VAHCS Spinal Cord Injury (SCI) department. On-site installation support will need to be approved by the COR and/or the Contracting Officer. Contractor shall verify full functionality of the solution with the Minneapolis VAHCS before stating that installation has been completed. Contractor shall coordinate installation during normal business hours, all onsite visits will be performed during the normal MVAHCS business hours (7:00 a.m. - 5:00 p.m.)   Monday through Friday, except Federal holidays, unless otherwise specified.   The contractor may work outside normal business hours by arrangement with the COR if such services are provided without additional charge to the Government.   Any overtime charges must be approved by the COR prior to the initiation of overtime work.   Training Contractor shall provide on-site go-live training for users during implementation that will be scheduled at the best time for the clinical users. Contractor shall provide on-site technical training for biomed, if needed, during implementation. Place of Performance The selected vendor shall provide equipment to the Minneapolis VA Health Care System. The address is One Veterans Drive, Minneapolis, MN 55417 All onsite visits, if applicable, will be performed during the normal MVAHCS business hours (7:00 a.m. - 5:00 p.m.)   Monday through Friday, except Federal holidays, unless otherwise specified.   The contractor may work outside normal business hours by arrangement with the COR if such services are provided without additional charge to the Government.   Any overtime charges must be approved by the COR prior to the initiation of overtime work.   Delivery The selected vendor shall deliver the equipment to the Minneapolis VA Health Care System. The address is One Veterans Drive, Minneapolis, MN 55417. FOB: Destination NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/36C26319Q0962/listing.html)
 
Place of Performance
Address: US Department of Veterans Affairs;Minneapolis VA Health Care System;One Veterans Drive;Property/SCI;Minneapolis MN
Zip Code: 55417
Country: USA
 
Record
SN05421518-F 20190830/190828230018 (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.