SOURCES SOUGHT
65 -- Endoscope Drying Cabinets
- Notice Date
- 5/8/2020 10:41:54 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0575
- Response Due
- 5/15/2020 12:00:00 AM
- Archive Date
- 07/14/2020
- Point of Contact
- Louellen.Butler
- E-Mail Address
-
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This is a Request for Information announcement; no evaluation letters and/or results will be issued to respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for Medivator Endo Dry Drying and Storage Cabinets for Endoscopes in Sterile Processing Services (SPS) for the Philadelphia Veterans Affairs Medical Center (VAMC), Philadelphia, PA. SALIENT CHARACTERISTICS Project Scope/Specifications/Installation- Sterile Processing requires two scope cabinets with the following features: The ability to utilize the Medivator cassette directly into the scope drying cabinet. This will prevent damage and contamination after the scopes have been reprocessed. Provide sensors and gauges or lights that will monitor the dampness of the scopes until they are completely dry. One such cabinet uses RED, AMBER, GREEN lights. A monitor that tracks the 12-day hangtime for each scope. This will ensure that no scope is distributed or used after the 12th day. After that date, the scope needs to be reprocessed through the Medivator. Eight endoscope trays with interlocks Barcode reader for consistent data entry, endoscope tracking and user authorization Programmable maximum storage time Alarm in case of pressure or power loss Internal digital documentation of process parameters Integrated multi-lingual information and control panel CANEXIS Software network-compatible Available in single-sided configurations pass-through configurations Utilizes hands-free scope handling system for HLD, drying, storage and transport Additional Specifications required: Air Supply The cabinet must use compressed air in accordance with ISO 8573-1:2010, class 1.4.1. The required air pressure is 29-116 psi (2-8 bar). The demand of compressed air is a maximum flow rate of 3.4 cfm (95 l/min) (ANR) and 0.6 cfm (16 l/min) @ 72 psi (5 bar). A flexible air pipe with � or 6 mm inner diameter (EPDM/PVC, bound, 150 psi minimum (10.5 bar) minimum length 5 feet (1.5m)) Electrical Supply 100-240 VAC � 10%, single phase, 50/60 Hz, 15 amp circuit Power input: 75W A GFI protected outlet (NEMA 5-15R) within 3 feet (1 meter) of the installation and within reach of the operator. Install a surge protector to protect the Storage and Drying System from voltage spikes. Spacing and Flooring Self-containing leveling pads should be adjusted during installation. For optimal user-safety and operation, it is recommended that the Storage and Drying System always be placed directly on the floor, and not on an elevated platform type device. Dimensions: H75 X W24 X D22 (190cm x 60cm x 54cm) Weight: 375 lbs (170 kg) Remote Access If applicable, the control system of the Storage and Drying System can be connected to an ADVANTAGE PLUS� Automated Endoscope Reprocessor(s) or a computer by LAN interface (1xRJ45, 10/100 Mbit) and be operated by a remote client. A network connection to an ADVANTAGE PLUS AER allows for the transfer of operator and endoscope information. Trade in Allowance The vendor shall offer a trade in allowance for two Stanley innerspace cabinets product #38600AA. 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 interested parties to demonstrate to the government that they are capable of providing the equipment that fulfill the required minimum specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 750 employees). Respondents shall also answer the following questions: Training Vendor/Manufacturer shall provide up to three training sessions, one for each shift day, evening, and night. Training shall be provided at no cost to the VA. Training materials that can be provide electronically, shall be provided up award as the service may opt to include them in mandated Talent Management System (TMS) training. Delivery Location Sterile Processing Service Corporal Michael J. Cresecenz VAMC Warehouse 3900 University & Woodland Ave Philadelphia, PA 19104 Delivery Coordination Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated between Sterile Processing, Biomedical Engineering, and Warehouse staff in advance of the ship date. Additional Charges There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation. Packaging Waste management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. 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), Small Business (SB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Is your company the manufacturer, distributor, or equivalent source for the type of items required with the characteristics referenced above? If you accompany is a large business, do you have any authorized distributors? If so, please provide the name(s), telephone Number(s), Point(s) of Contact and size status of the businesses authorized to distribute your products. If your company is a small business and an authorized distributor/reseller for the types of items required with the characteristics referenced above, do you alter; assemble; or modify; the items requested in any way? If your company alters the items, state how and what is altered; assembled; and/or modified? Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. If your company hold a FSS GSA/VA NAC contract other federal GWAC contract holder, are the items you are providing information on available on your schedule/contract? General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your company s capabilities in regard to the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics and provide feedback or suggestions. If none, please reply as N/A. *** Submissions addressing number (9) should show clear, compelling and convincing*** evidence that suggested items meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Louellen.Butler@va.gov no later than; 01:00 PM Eastern Standard Time (EST) on May 15, 2020. This notice will help the VA in determining available potential sources only. Do not contact the VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions should be addressed to the Contract Specialist, Louellen Butler. All companies responding to this RFI are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities web site for all qualified interested parties at a later date. Interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative costs incurred in response to this RFI. Information will only be accepted in writing by e-mail to Contract Specialist, at Louellen.Butler@va.gov. 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. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/804972f512944244907c23789e733ed4/view)
- Place of Performance
- Address: Philadelphia VA Medical Center;3900 Woodland Ave.;Philadelphia, PA 19104-4551, USA
- Zip Code: 19104-4551
- Country: USA
- Zip Code: 19104-4551
- Record
- SN05652152-F 20200510/200508230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |