SOURCES SOUGHT
65 -- Lasers: Thulium Fiber
- Notice Date
- 3/16/2023 2:05:13 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G23Q0053
- Response Due
- 3/31/2023 11:00:00 AM
- Archive Date
- 05/15/2023
- Point of Contact
- David Daniel, Contract Specialist, Phone: 202-461-0785
- E-Mail Address
-
david.daniel1@va.gov
(david.daniel1@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Laser: Thulium Fiber product line as a candidate for a VA-wide (otherwise referred to as national ) single or multiple award Blanket Purchase Agreement (BPA). The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2)to determine the availability and technical capabilities of qualified sources. The period of performance is for a 60-month ordering period from the date of award. The SAC in conjunction with VHA is seeking a qualified source to manufacture Laser: Thulium Fiberon an agency wide basis. VA intends to award a single or multiple award BPAs with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) to suppliers of this equipment. Vendors will be required to deliver Laser: Thulium Fiber to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and the associated size standard is 1,250 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Veteran Small Business Certification (VetCert) database at: https://veterans.certify.sba.gov at the time of quote submission. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes 2.0 SCOPE Laser: Thulium Fibers are designed to treat open wounds by locally applying negative pressure to the wound site. These systems consist of dressings, an evacuation tube, a collection canister, and a computer-controlled vacuum pump. The dressings usually includes a foam (e.g., black polyurethane, polyvinyl alcohol) dressing with an evacuation tube embedded in it and a transparent film dressing that is applied over the foam package to seal the foam and the tube. The other end of the tube is connected to a fluid-collection canister, which, in turn, is attached to the vacuum pump. The computer-controlled vacuum pump applies either continuous or intermittent negative pressure through the tube to the foam dressing, drawing off excess of interstitial fluids from the wound. Negative Pressure Wound Therapy Systems decompress the capillaries and lymphatic vessels, thus improving blood flow to the wound and reestablishing normal circulation of interstitial fluids. They are intended to promote healing of wounds (e.g., chronic wounds, burns) that are difficult to heal using conventional treatments. The following Contract Line Items will be awarded in the proposed BPA(s): Contract Line Items Description 0001 TFL PREMIUM LASER SYSTEM 0002 COMPACT TROLLEY 0003 TFL Laser Footswitch - Wired 0004 Training 0005 Installation 0006 Extended Warranty The Department of Veterans Affairs (VA) is seeking vendors who can provide Laser: Thulium Fiber identified above which meet all the following Minimum Technical Requirements (MTRs). Vendors are encouraged to quote any product solution or configuration so long as they meet the MTRs. Vendors are also encouraged to quote any additional product that may be necessary for the clinical functionality of the equipment. CLIN s 0001-0006 apply to the following MTR s MTR # MINIMUM TECHNICAL REQUIREMENTS METHOD OF EVALUATION MTR 1 Use laser fibers as small as 150 µm fibers. Literature Review MTR 2 The laser radiation emission is at a wavelength of 1940 nm or 1.9 µm. Literature Review MTR 3 Has a low pulse energy mode in Joules. Literature Review MTR 4 Offer a comprehensive and flexible range of pulse frequencies up to 2,400 Hz. Literature Review MTR 5 Wavelength absorption in water. Literature Review MTR 6 Additional accessories to include training, installation, and extended warranty. Literature Review For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the MTRs. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/275766dbd35d4bce84d729b51555dbc1/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN06621806-F 20230318/230316230116 (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 |