Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOURCES SOUGHT

65 -- NX EQ Surgical Helmet Systems

Notice Date
2/22/2022 6:12:56 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G22Q0058
 
Response Due
3/8/2022 8:59:00 PM
 
Archive Date
06/15/2022
 
Point of Contact
Ninatile Bacote, Contract Specialist, Phone: 202-957-2173
 
E-Mail Address
Ninatile.Bacote@va.gov
(Ninatile.Bacote@va.gov)
 
Awardee
null
 
Description
1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Surgical Helmet Systems product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2)to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Stryker brand name or equal Surgical Helmet Systems on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Surgical Helmet Systems to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Surgical Helmet Systems are used by surgical staff during orthopedic procedures to decrease the patient's risk of deep wound infection (e.g., Staphylococcus aureus) by keeping skin and other particles from falling into the open surgical site. They are also used to protect the surgical staff from potentially infectious aerosols generated by power tools during orthopedic procedures, particularly total knee and hip replacements, and long procedures such as spinal surgery. Aerosols may contaminate mucous membranes (e.g., eyes, nose, mouth) or the respiratory tract. Surgical Helmet Systems can also protect the surgical staff from infectious blood splashes that may carry hepatitis B and C viruses as well as HIV (Human Immunodeficiency Virus). The following Contract Line Items are being considered: Contract Line Item# Part Number Description BS YR OY 1 OY 2 OY 3 OY 4 0001 0408-645-000 Helmet, Flyte W/ LED Light 25 25 25 25 25 0002 0408-210-000 Flyte Comfort Pads (8/Pk) 25 25 25 25 25 0003 0408-600-300 Power Cord, Flyte 25 25 25 25 25 0004 0408-660-000 Power Pack 25 25 25 25 25 0005 0408-830-000 Toga, Zippered, X Large (9/Pk) 25 25 25 25 25 0006 0408-840-000 Toga, Zippered, 2x Large (8/Pk) 25 25 25 25 25 0007 0408-800-400 Hood, Flyte (28/Pk) 25 25 25 25 25 0008 0408-800-000 Flyte Hood (32/Pk) 25 25 25 25 25 0009 0408-800-100 Flyte Hood W/ Peelaway (32/Pk) 25 25 25 25 25 0010 0408-800-500 Extended Length Flyte Hood W/ Peelaway 25 25 25 25 25 0010 0408-720-000 Flyte Toga, Pullover, L 25 25 25 25 25 0011 0408-730-000 Flyte Toga, Pullover, Xl 25 25 25 25 25 0012 0408-740-000 Flyte Toga, Pullover, 2x 25 25 25 25 25 0013 0408-820-100 Flyte Toga, Peelaway, L 25 25 25 25 25 0014 0408-830-100 Flyte Toga, Peelaway, Xl 25 25 25 25 25 0015 0408-840-100 Flyte Toga, Peelaway, 2x 25 25 25 25 25 0016 0408-850-100 Flyte Toga, Peelaway, 3x 25 25 25 25 25 0017 0408-801-400 Flyte Surgicool Hood (28/Pk) 25 25 25 25 25 0018 0408-801-500 Flyte Surgicool Hood W/ Peelaway (28/Pk) 25 25 25 25 25 0019 0408-721-000 Flyte Surgicool Toga, Pullover, L 25 25 25 25 25 0020 0408-731-000 Flyte Surgicool Toga, Pullover, Xl 25 25 25 25 25 0021 0408-741-000 Flyte Surgicool Toga, Pullover, 2x 25 25 25 25 25 0022 0408-821-000 Flyte Surgicool Toga, Zipper, L 25 25 25 25 25 0023 0408-821-100 Flyte Surgicool Toga, Peelaway, L 25 25 25 25 25 0024 0408-831-000 Flyte Surgicool Toga, Zipper, Xl 25 25 25 25 25 0025 0408-831-100 Flyte Surgicool Toga, Peelaway, Xl 25 25 25 25 25 0026 0408-841-000 Flyte Surgicool Toga, Zipper, 2x 25 25 25 25 25 0027 0408-841-100 Flyte Surgicool Toga, Peelaway, 2x 25 25 25 25 25 0028 0408-851-000 Flyte Surgicool Toga, Zipper, 3x 25 25 25 25 25 0029 0408-600-000 Helmet, Flyte 25 25 25 25 25 0030 0408-635-000 Helmet, Flyte W/ Fiber Optic Light 25 25 25 25 25 0031 0416-210-000 T7 Comfort Pads 25 25 25 25 25 0032 0416-600-000 T7 Surgical Helmet 25 25 25 25 25 0033 0416-610-000 T7 Surgical Helmet W/LED 25 25 25 25 25 0034 0416-720-200 T7 Pullover Toga L 25 25 25 25 25 0035 0416-721-200 T7 Plus Pullover Toga L 25 25 25 25 25 0036 0416-730-200 T7 Pullover Toga Xl 25 25 25 25 25 0037 0416-731-200 T7plus Pullover Toga Xl 25 25 25 25 25 0038 0416-740-200 T7 Pullover Toga 2x 25 25 25 25 25 0039 0416-741-200 T7plus Pullover Toga 2x 25 25 25 25 25 0040 0416-800-100 T7 Hood W Peelaway Shield 25 25 25 25 25 0041 0416-800-200 T7 Hood 25 25 25 25 25 0042 0416-801-100 T7Plus Hood W Peelaway Shield 25 25 25 25 25 0043 0416-801-200 T7plus Hood 25 25 25 25 25 0044 0416-820-100 T7 Zipper Toga W Peelaway L 25 25 25 25 25 0045 0416-821-100 T7Plus Zipper Toga W Peelaway L 25 25 25 25 25 0046 0416-821-200 T7plus Zipper Toga L 25 25 25 25 25 0047 0416-830-100 T7 Zipper Toga W Peelaway XL 25 25 25 25 25 0048 0416-830-200 T7 Zipper Toga Xl 25 25 25 25 25 0049 0416-831-100 T7Plus Zipper Toga W Peelaway XL 25 25 25 25 25 0050 0416-831-200 T7plus Zipper Toga Xl 25 25 25 25 25 0051 0416-840-100 T7 Zipper Toga W Peelaway 2X 25 25 25 25 25 0052 0416-840-200 T7 Zipper Toga 2x 25 25 25 25 25 0053 0416-841-100 T7Plus Zipper Toga W Peelaway 2X 25 25 25 25 25 0054 0416-841-200 T7plus Zipper Toga 2x 25 25 25 25 25 0055 0416-850-100 T7 Zipper Toga W Peelaway 3X 25 25 25 25 25 0056 0416-851-200 T7plus Zipper Toga 3x 25 25 25 25 25 0057 0408-655-000 Flyte 120v Charger 25 25 25 25 25 0058 0408-645-000 Helmet, Flyte W/ LED Light 25 25 25 25 25 The Department of Veterans Affairs (VA) is seeking vendors who can provide Stryker Surgical Helmet Systems as listed above or equal commodities which meet all of the following salient characteristics: SC # Salient Characteristics Method of Evaluation CLINs SC 1 Shall meet a minimum AAMI Level 4 Testing (Toga) (Association for Advancement of Medical Instrumentation) Literature Review 0005-00028, 0034-0057 SC 2 Basic system components must include Helmet w/ light, Hood, Toga, Battery with Charging ability Literature Review 0001-00058 SC 3 Helmet must include a variable speed fan for ventilation Literature Review 0001, 0030, 0032, 0033, 0034 SC 4 Headband in helmet must be adjustable for custom fitting Literature Review 0001, 0030, 0032, 0033, 0034 SC 5 All areas of the helmet must be accessible for cleaning to prevent cross-contamination Literature Review 0001, 0030, 0032, 0033, 0034 SC 6 Hood/Toga must be constructed of splash and fluid resistant fabric Literature Review 0005-0029, 0035-0057 SC 7 Batteries must have operating life of >= 5 hours Literature Review 0001, 0004, 0030, 0032, 0033, 0034, 0058 For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought Notice may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ceac70ff5284ccaae702aa4fefe5f73/view)
 
Place of Performance
Address: Nationwide
 
Record
SN06248665-F 20220224/220222230110 (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.