SPECIAL NOTICE
65 -- INTENT TO SOLE SOURCE. Brand Name Only. GF UCT180 Endoscope | Olympus This is NOT a Request for Quotes.
- Notice Date
- 5/3/2022 8:41:29 AM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0711
- Archive Date
- 07/02/2022
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- STATEMENT OF NEED MEDICINE SERVICE GASTROENTEROLOGY UNIT DEPARTMENT OF VETERANS AFFAIRS CORPORAL MICHAEL J CRESCENZ VA MEDICAL CENTER 3900 WOODLAND AVE, PHILADELPHIA, PA 19104 GENERAL DESCRIPTION: The Gastroenterology (GI) Department of the Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) has an emergency requirement to purchase a Linear Ultrasound Endoscope. Endoscopic Ultrasonography (EUS) is a procedure performed by an Advanced Endoscopist that aids in determining the extent of spread of certain cancers of the digestive tract. This procedure uses an endoscope; a flexible tube with a light, camera and miniature ultrasound probe attached to it, allowing sound waves to create visual images of the digestive track. EUS allows the endoscopist to accurately assess the cancer s depth and whether it has spread to adjacent lymph glands or nearby vital structures, such as major blood vessels. In some patients, EUS can be used to obtain a needle biopsy of a lump or lesion to help your doctor determine the proper treatment. This procedure provides detailed information that was otherwise deemed inconclusive or conflicting. The contractor Advance Surgical repairs the CMCVAMC existing scopes; however, the contractor is unable to supply loaner scopes, in a timely manner, when the Linear Ultrasound Endoscope is out for repair. Multiple incidents of endoscopes being damaged has increased during the last year since Sterile Processing Services (SPS) has taken over manual cleaning and reprocessing. There is a need for backup endoscopes in the department when one or more endoscopes are out for repair, or for such instances of an endoscope malfunctioning during a procedure. The failure of not having back up functional endoscopes in the department has resulted in the endoscopist cancelling the scheduled procedures and the veteran being sent out for community care. The addition of a Linear Ultrasound scope will enable GI to continue to perform procedures during the time that Advance Surgical takes to repair damaged endoscopes. Having additional endoscopes will assist providers to seamlessly transition patient care if a scope malfunctions during a procedure. This enables the hospital to transform the way we organize and deliver patient care, improving appointment and procedure availability for the veterans. To maintain the highest of standards, the best quality endoscopic equipment must be available to provide the veteran patients with exceptional care. Olympus, a global technology leader in endoscope manufacturing, provides comprehensive and state of the art duodenoscopes that aligns with the FDA recommendation for the use of disposable components that improve access to the elevator mechanism and enhances reprocessing efficacy. Currently the CMCVAMC utilizes this specific endoscope manufacture. It is critical that the same make and model is procured to ensure consistency in patient care. All providers and staff members have been trained and are familiar with this product. Procuring a new product will result in retraining and familiarizing all staff as well as purchasing a new outfit for the GI department. SUPPLIES/ SERVICES: The awarded contractor shall provide GF-UCT180 Curvilinear EUS Scope no later than 10 business days after contract award Olympus Endoscope Schedule: # Model and Description Qty Price Total Price 1. GF-UCT180: Curvilinear EUS Scope 1 CONTRACT TYPE: This is a firm fixed price contract. PLACE OF PERFORMANCE: Equipment and services provided under this Statement of Need (SON) shall be performed at the Corporal Michael J. Crescenz VA Medical Center located at 3900 Woodland Avenue, Philadelphia, PA 19104 TRAVEL AND OTHER NON-REIMBURSEABLE EXPENSES: The contractor shall absorb all transportation costs and transportation related costs associated with the delivery of the duodenovideoscopes. Non-reimbursable costs include travel to and from the CMCVAMC for equipment delivery, implementation, training, maintenance support, services, and transition activities through the period of contract performance. All costs are to be included in the firm fixed price line items. These costs shall not be reimbursed by the Government. TRAINING: Contractor shall provide all prerequisite training on all disposable components for the endoscopes and all new reprocessing requirement. All end user training must be performed at the user site. POC INFORMATION: Mirian Solivan Administrative Specialist Medicine Business Office 215-823-4621 Mirian.solivan@va.gov Symplr The vendor will be required to register on the Symplr website https://www.symplr.com/. Symplr will be used to monitor vendor compliance with vaccination and HIPPA requirements listed below. All on-site contractor representatives agree to follow VA Pittsburgh Policy LD-073 medical center policy (MCP) Vendor Access. This includes all on-site contractor representatives shall be greenlighted in VA Pittsburgh s Vendor Credentialing System Symplr which includes an up-to-date flu vaccination, Tb test, Covid-19 vaccine, and HIPPA certification at a minimum. The government shall not provide any additional compensation for cost to register staff in Symplr. Vendor shall follow most updated guidelines from the Occupational Safety & Health Administration (OSHA), Center for Disease Control (CDC), and Food & Drug Administration (FDA). If onsite work is necessary, contractor shall notify Biomedical Engineering and the Police service when they arrive on site. Failure to do so more than twice will result in permanent denial of access to facility. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VAPHS. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Pittsburgh property is smoke-free. Contractor personnel will comply with VA Pittsburgh smoking policies. Violations will result in a warning and possible citation. Instructions The information identified above is intended to be descriptive, of the BRAND NAME ONLY - Olympus Endoscope - GF-UCT180 Curvilinear EUS Scope 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. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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 subcontracted work and completion of job. (8) 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. (9) 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? 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 regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Tuesday May 10, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q0711 in the subject of the email response. 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, David Santiago. 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 beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. 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 email to Contracting Specialist at david.santiago2@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/4b724fbcf18c4d8db512a71e495073eb/view)
- Record
- SN06315038-F 20220505/220503230102 (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 |