SOURCES SOUGHT
65 -- Supplies; Mobile Operating Table
- Notice Date
- 9/11/2019
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Army, US Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
- ZIP Code
- 78234-0000
- Solicitation Number
- W81K00-19-Q-0325
- Archive Date
- 9/28/2019
- Point of Contact
- Alex J. Houston, Phone: 2102215230, Christina M. Mokrane,
- E-Mail Address
-
alex.j.houston.civ@mail.mil, christina.m.mokrane.civ@mail.mil
(alex.j.houston.civ@mail.mil, christina.m.mokrane.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a TruSystem® 7000dV Mobile Operating Table with Iso Center Motion (Combined Trendelenburg adjustment and longitudinal shift) for robotic-assisted surgery, on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. A full description of the requirement is provided as follows: Qty: 1, TruSystem® 7000dV Standard Table Package $128,705.88 $88,520.00 $88,520.00 Description: TruSystem® 7000dV Mobile Operating Table with Iso Center Motion (Combined Trendelenburg adjustment and longitudinal shift) for robotic-assisted surgery. Components include: Double Joint Head Section, One-Part Leg Section, Tabletop & all Accessory Pads, dV Remote Control, Charging Cable and dV Connection Cable, Software for Integrated Table Motion Accessories include: 2 Armboards with pads, Lightweight Transfer Board, 1 Component Cart, 1 Patient Restraint Strap, 1 Rotatable Footboard with 2 clamps 2 Year Service Coverage including Software Upgrade(s) providing wireless capability* for use with the da Vinci Xi® Surgical System Manufacturer/Vendor: Hill-Romo Company, Inc. d/b/a Trumpf Medical 10469 Legrand Blvd. Charleston, SC 29492 This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 339112/1,000 size standard). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding proposed NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. If so, please identify how your firm possesses the capability to provide the required product/equipment. 3. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-19-Q-0325/listing.html)
- Place of Performance
- Address: William Beaumont Army Medical Center (WBAMC), Operating Room Service Clinic in Ft. Bliss, Texas;, El Paso, Texas, 79920, United States
- Zip Code: 79920
- Zip Code: 79920
- Record
- SN05439960-W 20190913/190912053434-2a4b08341095f1c5f582b80184e175af (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 |