SOURCES SOUGHT
65 -- Request for Information Only Brand Name Abbott Ionic RF Generator
- Notice Date
- 3/11/2022 11:48:01 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
- 36C24422Q0516
- Response Due
- 3/16/2022 12:00:00 PM
- Archive Date
- 03/19/2022
- Point of Contact
- Mr. LaShawn Knight, Contract Specialist, Phone: 302-287-6554
- E-Mail Address
-
lashawn.knight@va.gov
(lashawn.knight@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 at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the 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 a brand name or equal Abbott IonicRF Generator System STATEMENT OF NEED Abbott IonicRf Generator System History/Background/Purpose: The Wilkes-Barre VA Medical Center, 1111 East End Blvd, Wilkes-Barre, PA 18711 has a new requirement for a replacement of Abbott IonicRF Generator System. The current surgical service unit that is 10 years old. This equipment which stopped working in the middle of a case. We currently are sharing one RF Ionic generator with the cath. Lab. The new system will be utilized in the medical center surgical department to preform interventional pain procedures. The RFA machine we currently have is ten years old and stopped working in the middle of a case recently and had to borrow the RFA machine from the Cath lab in this case. We got a quote to repair our machine which will be about 3000 dollars. It is beyond its age for a repair of this cost. We are currently working with the Cath Lab to borrow theirs when they are not using it, but this is not ideal for quality patient care. If their machine goes down, our hospital will be without any functioning equipment. This piece of equipment allows the Wilkes-Barre VAMC to preform approximately 100 cases per week between our surgical service and our Cath. Lab. Detailed Description: see below for details: Brand Name Only Wilkes-Barre VAMC surgical service and Cath. Lab currently utilizes the Abbott IonicRF Generator System in combination with approved electrodes and cannulae, is intended for lesioning of neural tissue in the peripheral nerve system as an aid to help with management of pain. We are requesting brand name only as this generator will provide congruity throughout the facility as this generator includes sensory and motor stimulation functions to fine tune electrode placement before pain procedures are performed. Brand name request for this identical portable generator will allow us to share between services if required. Staff is already utilizing the ABBOTT Generating system and this familiarity will ensure that the consistency with medical procedures will be beneficial to our Veteran patients in reducing the procedural wait times. Package contents include: The Ionic RF Generator Kit (Model RFG-IONIC) can be placed on a level table or surface using the countertop stand or it can be mounted to a pole which is optional. This generator includes a touch screen monitor that incorporat4es microprocessor and graphics display technologies for user interface, self-diagnostic and record keeping functions. Generator with countertop stand AC Power cords Clinician s Manual Quick Start Guide Bundle RF-Pole: Pole Mount Bracket & Pole Deliverables/Installation/Incidental Services: The successful Contractor shall deliver one Abbott Ionic RF Generator System to the Wilkes Barre VAMC. The contractor shall deliver all components delivered within 14 days after receipt of the purchase order (ARO). Any delays in the delivery shall be communicated promptly to the medical center s Surgical Point of Contact, Contract Specialist, and Contracting Officer so that a modification of the delivery date of the order can be negotiated and executed. No person besides the Contracting Officer is authorized to make any changes to the scope of this requirement and purchase order. Delivery Requirement: Delivery of the system shall be made to the Wilkes Barre VAMC Warehouse located at 1111 East End Blvd, Wilkes Barre, PA during normal VA business hours. VA business hours are Monday through Friday from 8:00am 4:30pm, excluding Federal Holidays. The delivery of the Abbott IonicRF Generator System shall be coordinated with Amy Evans, OR Nurse Manager, 570-822-3521 Ext 27563 or 27559. 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 the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: (1) Please indicate the 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), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution 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. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to 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 lashawn.knight@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on March 16, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, LaShawn Knight. All firms responding to this Request for Information 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 FedBizOpps (FBO) web site for all qualified interested parties at a later date and 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 cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at lashawn.knight@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://sam.gov/opp/d7a3c5fa305d47649811c7aa499a93bc/view)
- Place of Performance
- Address: Department of Veterans Affairs Wilkes-Barre VA Medical Center 1111 East End Blvd, Wilkes-Barre 18711, USA
- Zip Code: 18711
- Country: USA
- Zip Code: 18711
- Record
- SN06265224-F 20220313/220311230107 (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 |