Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOURCES SOUGHT

65 -- Nephroscope F/MIP S 7.5 FR and Nephroscope F/MIP M 12 FR (Delivery for VA Pittsburgh) Brand Name Only. This is not a request for quote.

Notice Date
7/18/2022 3:53:00 PM
 
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
36C24422Q0968
 
Response Due
7/22/2022 9:00:00 AM
 
Archive Date
10/20/2022
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@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. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 4. Nephroscope F/MIP S 7.5 FR and Nephroscope F/MIP M 12 FR (Brand Name Only) INTRODUCTION/BACKGROUND: The Minimally Invasive Percutaneous (MIP) Nephrolitholapaxy system ensures atraumatic and effective stone treatment with fewer complications for all stone sizes. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center Pittsburgh, PA hereby referred to as the VAMC Pittsburgh (646), is requesting the Brand Name only acquisition of the following: One (1) Part No. 27820KAA Nephroscope F/MIP S 7.5 FR One (1) Part No. 27830KAA Nephroscope F/MIP M 12 FR MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See 3.3. Table 1 for requirement Salient Characteristics Brand Name Karl Storz Endoscopy-America, Inc. Pressure-Controlled PCNL Systems for Minimally Invasive Percutaneous (MIP) Nephrolitholapaxy The MIP system ensures atraumatic and effective stone treatment with fewer complications for all stone sizes. Innovative pressure management: All systems from the MIP series are designed as open systems Efficient stone retrieval: The vacuum cleaner hydrodynamic effect makes it possible to retrieve stones without forceps, graspers, or stone baskets. One-step dilation: Following a skin incision, the access tract is dilated in a single step Versatility: The right instrument is available for any kidney stone location and size Applicator for direct closure and contrast agent injection: Access tracts to the kidney can be directly closed after stone retrieval using a gelatin-thrombin matrix applied with the aid of an applicator. In addition, the applicator can be used to inject a contrast agent. Application-oriented sheaths: For standard and supine techniques Nephroscope for MIP S 7.5 FR Ideal for 8-15 mm stones. Working channel of 2 Fr. Allows for passage of laser fiber only. Nephroscope for MIP M 12 FR Ideal for 10-30 mm stones. Suitable for probes and instruments up to 1.5 mm (4.5 Fr.) diameter and approximately 37 cm long. Technical Specifications Nephroscope for MIP S 7.5 FR Autoclavable 6o direction of view Outer sheath: 7.5 Fr. Working Channel: 2 Fr., 3 Fr. Working Length: 240 mm Includes 27001 G Instrument Port Nephroscope for MIP M 12 FR Autoclavable 12o direction of view Outer sheath: 12 Fr. Working Channel: 6.7 Fr. Working Length: 220 mm Includes 27001 GP Instrument Port Table 1 Item No. Part No. Description Qty 0001 27820KAA Nephroscope F/MIP S 7.5 FR 1 0002 27001G Instrument Port W/ Sealing System & Quick Release Lock 1 0003 27502 LUER-Lock Connecttor W/Stopcock 1 0004 27550N Instrument Port Seals for 27001G and 27001 GF 1 0005 27001E Insert Aid for Guide Wire 1 0006 39312J-ZBZ Percutaneous Nephroscopy Sterlization Tray 1 0007 27820BBS Operating Sheath for MIP S 1 0008 27820AB Dilator 1 0009 495ND-UG Light Cable 1 0010 495PA-UG Adaptor for Light Cable 1 0011 27830KAA Nephroscope F/MIP M 12 FR 1 0012 27001GP Instrument Port W/ Sealing System & Quick Release Lock 1 0013 27502 LUER-Lock Connecttor W/Stopcock 1 0014 27001E Insert Aid for Guide Wire 1 0015 27001GG Large Instrument Port W/Sealing System 1 0016 27550N Instrument Port Seals for 27001G and 27001 GF 1 0017 39312J-ZBZ Percutaneous Nephroscopy Sterlization Tray 1 0018 27830AA One Step Dilator 1 0019 27830BAS 15/16 Operating Sheath 1 0020 27830FK Flexible Grasping FCPS 1 0021 27830FL Flexible Biopsy Forceps with Double Action Jaws 1 0022 27830H Grasping Forceps For Large Stone Frag 1 0023 495ND-UG Light Cable 1 0024 495PA-UG Adaptor for Light Cable 1 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Scott Deluisio Phone Number: 412-360-3508 Email: scott.deluisio@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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, UEI 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: 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 not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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. 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. 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. 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? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. 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 allan.tabliago@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on July 22, 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, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM 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 Officer at allan.tabliago@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/8221042200074dde83d92890540694a6/view)
 
Place of Performance
Address: Department of Veteran Affairs Pittsburgh VAMC-University Drive University Dr C, Pittsburgh 15240-1003, USA
Zip Code: 15240-1003
Country: USA
 
Record
SN06393031-F 20220720/220718230103 (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.