SOLICITATION NOTICE
65 -- ERBE cautery units
- Notice Date
- 2/1/2023 8:38:42 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0514
- Response Due
- 2/8/2023 11:00:00 AM
- Archive Date
- 04/09/2023
- Point of Contact
- John Harrison, Contract Specialist, Phone: 562-766-2267
- E-Mail Address
-
john.harrison2@va.gov
(john.harrison2@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION: 36C262-23-Q-0514. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide: Brand Name Only ERBE Cautery Units for the VA Loma Linda Healthcare System. If you are interested and can provide the required supplies, please provide the requested information as indicated below. All RFI s must provide the following information in this format: 1. Company Name: Address: Phone Number: 2. Point of Contact: Email: Phone Number: 3. Company Unique Entity ID (Found at SAM.GOV) 4. Company Business Size (Large, SDVOSB, Small etc.) 5. Estimated Delivery Date. All RFI s must provide the answers to the following questions: 1. Is your company considered small under the NAICS code identified under this RFI? 2. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? 3. What is the manufacturing country of origin of these items? 4. If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in anyway, if you do, state how and what is altered; assembled; modified? 5. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. 6. If you are an FSS GSA/NAC or NASA SEWP contract holder or another federal contract holder, are the referenced items/solutions available on your schedule/contract? 7. Please provide general pricing for your products/solutions for market research purposes. 8. Please submit your capabilities regarding the salient characteristics being provided And any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to: John.harrison2@va.gov Telephone responses will not be accepted. Responses must be received no later than 02/08/2023 at 11:00 AM PST. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Salient Characteristics 10135-000 1 ERBE ARGON PLASMA COAGULATION UNIT APC 3 7 EA 20134-006 2 ERBE APCT 2 PRESSURE REDUCER WITH SENSOR 7 EA 1063-2 3 ERBE ARGON GAS TANK-FULL, 40 CU FT CAPACITY PURITY 99.998% 7 EA 10160-000 4 ERBE USA, INC. | ERBE VIO 3 ELECTROSURGICAL UNIT| 7 EA 20189-353 5 ERBE USA, INC. | TWO-PEDAL FOOT SWITCH; VIO 3; REMODE; BRACKET; MIDDLE PIECE 7 EA 20180-000 6 ERBE | VIOr CART W/FOOTSWITCH HOLDER, CABLE WRAP AND 1 TANK FIXATION KIT| 7 EA 20180-010 7 ERBE | VIO CART WIRE BASKET| 7 EA 20180-141 8 ERBE USA, INC. | APC3 TO VIO CART FASTENING SET| 7 EA 20180-144 9 ERBE USA, INC. | VIO3 AND APC3 TO ERBEJET 2| 1 EA 20192-135 10 ERBE USA, INC. | MONOPOLAR CABLE MO 3 PIN; OD 3MM SOCKET;L 4.5M| 14 EA VIO3EW 11 ERBE | VIO3 EXTENDED WARRANTY | YR 7 EA APC3EW 12 ERBE | APC3 EXTENDED WARRANTY | YR 7 EA TRADE-IN 13 TRADE-IN OF (7) VIO 300D-APC2 TRADE-INS $2,000 FOR EACH COMPLETE SYSTEM X 7= $14,000.00 VALUE OF TRADE-INS 7 EA TOTAL COST: $ -------------------------------------------------------------------------------- VIO® 3 salient characteristics Now with VIO® 3 there are 25 million & more reasons to trust our reliability! The VIO® 3, with the latest technology upgrades and enhancements, stands proud as the newest generation in the VIO® Series. The VIO® 3 builds the core of the Erbe workstation providing improved clinical utility through modular system components. Precise. Reliable. Reproducible. Clinical utility: reliable, reproducible and homogenous tissue effects Proprietary algorithms and state-of-the-art microprocessor technology: Measurements on target tissue at more than 25 million per second Multi-processor technology Optimized patented power supply unit 400W device class high dynamics with up to 8 Amperes Enhances energy output especially with high and varying impedance loads, e.g. saline-enriched electrosurgical circuit Proprietary Voltage and Spark Control provides cutting results largely independent of the cutting speed, shape of the electrode and the tissue type as well as reproducible coagulation with optimally adjusted output: Constant Voltage Regulation with power dosing automatically delivers lowest effective adjusted power output in all modes, including both CUT and COAG Initial Control Support for even the most challenging electrosurgical circuits: Offers optimal support during the initial cutting or coagulation stage, especially low contact impedance situations, allowing the electrode to start in contact with target tissue without delay: Power Peak System (PPS and Special PPS) Initial Cut Support QuickStart Spark Support Spark Recognition automatically detects the formation of micro-electric arcs (sparks) for controlled and reproducible cuts, e.g. length and quality, and for applicable COAG modes, to reduce carbonization and adhesion of tissue to the instrument Spark Regulation (micro-electric arcs) provides reproducible, efficient cuts in tissue with high or extremely low New and improved CUT and COAG modes: More precision with incremental effect settings to fine-tune target tissue effects All modes have benefited from the advanced measuring technology of VIO® 3 VIO® 3 has the right mode for various applications and clinical specialties, supporting monopolar and bipolar technology, as well as our proprietary hybrid technology User friendliness: intuitive, logical operation customized for clinical applications The multilingual stepGUIDE provides enhanced, user-friendly operation with a logical and intuitive interface customized for clinical application: Preprogrammed experienced starting settings for use in various clinical applications Large touchscreen user interface with FocusView provides simple selection, adjustment and confirmation of settings and instruments Plug and operate. It couldn't be easier. Digital instrument recognition technology automatically configures the system to preprogrammed settings and instrument-specific parameters: 1800 storage positions and settings the division into 20 program groups ensures a clear structure and optimized workflow for program settings Guided system notifies and supports clinical staff during setup and operation Power bar display provides actual power utilized during and at the end of activation Proprietary universal socket configuration accepts standard monopolar and bipolar instruments in order to increase user friendliness ReMode® function allows selection of up to 6 subprograms directly from the procedural field Patented, submergible and machine-washable footswitch design with ReMode® functionality Neutral Electrode Safety System (NESSY) provides an enhanced safety profile through dynamic, patient-specific return electrode monitoring of patient impedance levels and return electrode orientation: When connected to a split return electrode, three safety-relevant properties are monitored: Connection to the VIO® 3 Contact of the patient s skin Application direction of the return electrode (NESSY symmetry monitoring) This product is covered by one or more patents. For more detailed information, visit: https://de.erbe-med.com/de-en/erbe-intellectual-property/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56ed3aeb4fdd47ee9c46842818ad52c1/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System
- Record
- SN06579606-F 20230203/230201230115 (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 |