Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOURCES SOUGHT

65 -- Videostroboscopy and Endoscopy System

Notice Date
6/16/2023 1:57:50 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1286
 
Response Due
6/22/2023 4:00:00 PM
 
Archive Date
07/07/2023
 
Point of Contact
Bridgett Sharma, Contract Specialist, Phone: 562-766-2259
 
E-Mail Address
Bridgett.Sharma@VA.gov
(Bridgett.Sharma@VA.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA) VISN 22 Long Beach Network Contracting Office is seeking sources who can possibly provide a Videostroboscopy and Endoscopy System that at a minimum meet the brand name and/or can possibly provide an equal product for the Loma Linda VA Medical Center. Brand Name Information: Manufacturer & Part Number: Olympus, Part # K10030136 Type: TC-C3 TROLLEY SET 3 US MARKET ONLY Manufacturer & Part Number: Olympus, Part # MAJ-2148 Type: REAR PANEL Manufacturer & Part Number: Olympus, Part # MAJ-2145 Type: ENT SCOPE HANGER Manufacturer & Part Number: Olympus, Part # MAJ-1686 Type: DRAWER UNIT Manufacturer & Part Number: Olympus, Part # OTV-S200 Type: OTV-S200 NTSC W/ POWER CORD (EN) Manufacturer & Part Number: Olympus, Part # OEV-262H Type: 26 HIGH-DEFINITION LED LCD MONITOR Manufacturer & Part Number: Olympus, Part # CLL-S1 Type: STROBELED LED STROBOSCOPY SYSTEM Manufacturer & Part Number: Olympus, Part # W7102539 Type: MICROPHONE CABLE EXT CLL-S1 Manufacturer & Part Number: Olympus, Part # WA97013A Type: Stroboscopy throat microphone Manufacturer & Part Number: Olympus, Part # IS40916 Type: GX Tally Lamp Manufacturer & Part Number: Olympus, Part # ISM-1006539 Type: nCare, Rec, Single, Dir SDI Manufacturer & Part Number: Olympus, Part # IS40020 Type: DV-R footswitch for nStream 12 ft. Manufacturer & Part Number: Olympus, Part # ENF-VH2 Type: 3.6 MM Pistol Grip Scope (ENF-VH2 FLEX, HD RHINOLARYN, PISTOL GRIP)) Manufacturer & Part Number: Olympus, Part # ENF-V4 Type: 2.9 MM Pistol Grip Scope (FLEX, SLIM RHINOLARY, PISTOL GRIP) Manufacturer & Part Number: Olympus, Part # CH-S190-XZ-E Type: HD AUTOCLAVABLE 3 CCD CAMERA HEAD E TYPE Manufacturer & Part Number: Olympus, Part # WA96100A Type: LARYNGOSCOPE, TELESCOPE 70 Manufacturer & Part Number: Olympus, Part # WA03310A Type: Light-guide cable, 4.25 mm, 3 m, CF type Manufacturer & Part Number: Olympus, Part # WA05970A Type: Ridge Scope Case/Instrument tray with lid and silicone mat Manufacturer & Part Number: Advanced Sterilization Products, Olympus Part # 13839 Type: Aptimax Sterrad Sterilization Tray Manufacturer & Part Number: Advanced Sterilization Products, Olympus Part # 99239 Type: Aptimax Sterrad Sterilization TrayMat Manufacturer & Part Number: Olympus, Part # ISM-1010008 Type: VAULTSTREAM CONTENT MANAGEMENT LICENSE Manufacturer & Part Number: Olympus, Part # ISM-1008563 Type: VAULTSTREAM INTERFACES LICENSE Equal-to-Product Information: Main Component: Wheel-based cart with rear panel, ENT scope hanger, and drawer unit Main Component: HD video processor and light source Main Component: 26 HD LED LCD monitor Main Component: Strobe LED stroboscopy system with power cable, throat microphone, and foot switch Main Component: HD video and image capture device Main Component: HD medical recorder Main Component: Flexible rhino-laryngoscope with pistol gripe, standard Main Component: Flexible rhino-laryngoscope with pistol gripe, accommodates smaller nasal passages Main Component: HD autoclavable camera head Main Component: Laryngoscope Main Component: Fiberoptic light cable for use with endoscopy instruments Main Component: Ridge scope case/instrument tray with lid and silicone mat Main Component: Flexible scope case/instrument tray with mat Main Component: Content management system to store and access images recorded from patient sessions Salient Characteristics: Videostroboscopy and Endoscopy Systems Systems must be compatible for use with current endoscope washers (Evotech ECR and OER-Pro) at the Loma Linda VA Medical Center Must allow for hands-free recording of assessment during video assessment and stroboscopy to reduce infection risks Must come with image-analysis software Must include image and video storage software system capable of integrating with the medical record and/or PACS for retrieval of images and video Must be compatible with the CPRS (Computerized Patient Record System) charting Must include a rigid scope case (instrument tray with lid and mat) with dimensions 21 X 5 X 10.5 or greater to accommodate the ridge scope Must include a flex scope instrument tray with mat with dimensions 23 X 11 x 4 or greater to accommodate the flex scope Must include a wheel-base cart with a drawer unit, endoscope hanger, and rear panel that can support a 26 or greater monitor Must include a 26 or larger high-definition LED LCD monitor Must include a with a fiberoptic light cable, CF-Type, that connects the light source to endoscopy instruments Must be 4.25mm diameter Must be 3m or longer in length Stroboscopy Light Source System Must use LED lights Must come with a power cable Must come with a throat microphone Must come with a foot switch Must be able to adjust brightness levels and resolution Digital Flexible Rhino-Laryngoscope Must be a 1080p flexible rhino-laryngoscope no larger than 3.9mm distal tip diameter for minimization of patient discomfort and enhanced procedural efficiency Must have a minimum 110-degree field of view Must be a high-resolution flexible rhino-laryngoscope no larger than 2.6mm distal tip for minimization of patient discomfort and enhanced procedural efficiency Must have a minimum 90-degree field of view Must have a 4.8mm high resolution channeled flexible video scope with four-way angulation to provide multiple visualization angles. Must include a 2mm working channel for suction and therapeutic devices Must have optical technology that enhances the visibility of vessels and other tissue on the mucosal surface Must filter light wavelengths that are absorbed by hemoglobin providing enhance visualization of capillary networks and mucosal morphology Must have variable stiffness shaft to minimize patient discomfort Must have 130-degree angulation range upwards and downwards High-Definition Rigid Laryngoscope Must be a high-definition rigid laryngoscope Must have an outer diameter no larger than 10mm for minimization of patient discomfort and enhanced procedural efficiency High-Definition Camera Head Must have one-touch auto focus option available for improved efficiency during procedures Must be autoclavable Must be a resolution of 1080p or greater Must have control switches to allow end user to perform tasks during procedure (i.e., pictures, video, white balance, zoom) Must have optical technology that enhances the visibility of vessels and other tissue on the mucosal surface Must filter light wavelengths that are absorbed by hemoglobin providing enhance visualization of capillary networks and mucosal morphology Video Processor and Light Source Must be a high-definition (HD) video processor capable of transmission of multiple 1080p video signals Must be Capable of displaying HD Picture in Picture or Picture outside of Picture of multiple video inputs (EUS or Fluro) Must be able to utilize one monitor for dual image display Must have pre-freeze still imaging function to improve still image quality Must have DVI, HD-SDI, and analog video outputs Must have automatic light control function Must have touch screen monitor option for image and video capture HD image and video capture system Must be compatible with HD image and video recording system Must have customizable user clinical presets functions (Flexible Stroboscopy, Rigid Stroboscopy etc.) Must have automatic and manual light source settings Must come with a power cord High-Definition Video and Image Capture Device Must be able to capture still frames for education and review 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. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized 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 subcontracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Bridgett.Sharma@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, June 22, 2023, by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued because of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63e199864cd84e97828880e023eaa744/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN06719344-F 20230618/230616230111 (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.