Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOURCES SOUGHT

65 -- Brand Name Olympus Bronchoscopes This is not a solicitation for quotes, Market Research Only

Notice Date
2/15/2023 8:08:31 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
36C24423Q0473
 
Response Due
2/17/2023 1:00:00 PM
 
Archive Date
02/27/2023
 
Point of Contact
Andrew Taylor, Contracting Officer, Phone: (724) 285-2533
 
E-Mail Address
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. 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 is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. STATEMENT OF NEED OLYMPUS EVIS EXERA SLIM BRONCHOSCOPE Background The Corporal Michael J. Crescenz VA Medical Center located at 3900 Woodland Avenue Philadelphia PA 19140 has a new requirement for four (4) NEW Olympus EVIS EXERA SLIM BRONCHOSCOPES for the Anesthesia Department. Scope The Olympus EVIS EXERA SLIM BRONCHOSCOPE advances maneuverability to provide better access in peripheral airways. The platform provides system compatibility across specialties including pulmonary endoscopy, surgical endoscopy and ENT for exceptional workflow and cost efficiencies. Video Endoscopy Systems allow the viewing of live, color images of the interior of the body during diagnostic and therapeutic endoscopic procedures. They also enable these images to be stored, retrieved, and otherwise electronically manipulates. Bronchoscopy evaluates the interior of the respiratory tract, particularly the trachea and the bronchi of the lungs. The Medical Center is looking to add four additional bronchoscopes to its inventory due to age, reprocessing times and increase in surgical procedures. Requirement Olympus EVIS EXERA SLIM BRONCHOSCOPE 4.1MM (Brand Name Only). A single-award Firm-Fixed Price Requirement contract for the purchase of Brand Name in accordance with all terms, conditions, provision, specifications, and schedule of this solicitation herein. Salient Characteristics High-definition electronic magnification Enhanced Image Quality Sharp Still Images with Pre-Freeze Function Insertion tube rotation function allows the provider to change the insertion tube s angle of approach by rotating a ring on the control section. This function enhances maneuverability and improves diagnostic and therapeutic capabilities, especially when trying to reach a target in the lung periphery Precise Control Smoother Insertion Wider angulation Range up to 210 degrees One step connection to the light source and processor Inspection and Acceptance The warehouse located at 3900 Woodland Avenue, Philadelphia PA 19140 shall receive all equipment prior to Biomedical Engineering inspecting the equipment Disputes shall be resolved by the Contracting Officer Delivery/Storage Requirements Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair if applicable Deliver specified only when site is ready Store equipment in dry conditions inside facility Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the government PO# must be on outside of shipping box for easy identification Delivery Days are Monday through Friday during normal business hours which are defined as 7:30am to 3:00pm. National Holidays are excluded. Any delivery service performed for emergency orders may be delivered other than normal business work hours and must be approved. The Contractor is not required to provide delivery services on the following National Holidays, nor shall the Contractor be paid for these Holidays and any other declared national holiday by the President. HOLIDAY MONTH New Year s Day January Martin Luther King s Birthday January President s Day February Memorial Day May Independence Day July Labor Day September Columbus Day October Veterans Day November Thanksgiving Day November Christmas Day December Juneteenth June The Contractor shall deliver all equipment in original shipping cartons to the Corporal Michael J. Crescenz VAMC located at 3900 Woodland Avenue, Philadelphia PA 19104 The Contractor shall coordinate all deliveries, staging areas, and parking arrangements with the VA Police and Warehouse personnel. It is the Contractors responsibility to remove all related shipping debris and clean-up any construction associated with delivery of specified items. Contractor shall remove all packing from the Corporal Michael J. Crescenz VAMC premises. Contractor is responsible for any damage to the building that occurs due to Contractor error or neglect. Deliverables Operation and Maintenance Manuals Four Olympus Bronchoscopes BF-P190, new Point of Contract is Laurie Rentz, Surgical Services or Rachael Coyle-Trigg, Anesthesia Warranty The contractor shall provide at least a one-year manufacturer s warranty on the scopes. Any recalls to the equipment, the vendor agrees to replace within five business workdays without any additional cost to the government. The warranty shall include shipping costs associated with any warranty repair and delivery. 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, 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? 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? (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. 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 no later andrew.taylor3@va.gov than, 4 PM Eastern Standard Time (EST) on February 21, 2023, with 36C24423Q0473 in the subject line. 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 Officer, Andrew Taylor 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 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 Contract Officer andrew.taylor3@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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2eb4133fd58540c4ab51c0fda2282cae/view)
 
Place of Performance
Address: Philadelphia VA Medical Center 3900 Woodland Ave, Philadelphia 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06593091-F 20230217/230215230119 (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.