Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOURCES SOUGHT

65 -- Upgrade to Current Mapping System Brand Name Only-Abbott

Notice Date
5/18/2021 3:26:56 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26321Q0573
 
Response Due
5/25/2021 11:00:00 AM
 
Archive Date
06/24/2021
 
Point of Contact
Melanie Stockman, Contracting Officer, Phone: 320-255-6309
 
E-Mail Address
melanie.stockman@va.gov
(melanie.stockman@va.gov)
 
Awardee
null
 
Description
Sources Sought- Abbott Laboratories EnSite XEP System Upgrad-BRAND NAME ONLY Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting market research to identify potential sources for a potential procurement contract for Abbott Laboratories EnSite XEP System Upgrade-BRAND NAME ONLY. The Omaha VA HCS is seeking to purchase the EnSite XEP system upgrade from Abbott Laboratories in support of the Omaha VA HCS. THIS IS A BRAND NAME ONLY PROCUREMENT Specifications: The EnSite X EP System is a catheter navigation and mapping system capable of displaying the 3-dimensional (3-D) position of conventional and Sensor- Enabled electrophysiology catheters, as well as displaying cardiac electrical activity as waveform traces and as dynamic 3-D isopotential maps of the cardiac chamber. Required Individual Line Items & Quantity of Items 1. (1 each) EnSite XEP System Upgrade which includes System Amplifier, Field Frame, System Surface Link Module, Catheter Input Module, System Patient Reference Sensors, ECG cable, Medical Grade Isolation Transformer, 2. (1 each) Live Dynamic Display License Kit 3. System Assurance Premium Service Plan (2 each) Maintenance Manuals (CD, PDF or Word) (2 each) User Manuals (1 each) Cleaning Instructions for all equipment, supplies and accessories Please address the following in your responses: Company legal name, address, point of contact information, and DUNS Number Product being proposed, with product literature attached to response to include part numbers Who is the OEM? What is the OEM s DUNS #? What is the country of origin? Estimated shipping and delivery information. Shipping destination-Omaha Nebraska Must provide copy of authorized distributor letter with response to demonstrate non-gray market to be considered in market research. Provide confirmation the products being proposed is not gray market or counterfeit in accordance with Veterans Affairs Acquisition Regulation Clause 852.212-72 below. 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Melanie Stockman, Contracting Officer, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at melanie.stockman@va.gov. Not telephone inquiries will be returned. Please submit this information as soon as possible, but no later than 1:00 PM, Central Time on Tuesday, May 25, 2021. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f4d5aedb6de4b7f9177774309199c46/view)
 
Place of Performance
Address: US Department of Veterans Affairs Nebraska Western Iowa VA HCS-Omaha 4101 Woolworth Ave Omaha, NE 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN06006269-F 20210520/210518230121 (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 |
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.