SOURCES SOUGHT
65 -- WORKSTATION PRO PLUS W/ VIBRASAT PRO WAND LIPOSUCTION
- Notice Date
- 7/21/2023 12:17:20 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0846
- Response Due
- 7/26/2023 3:00:00 PM
- Archive Date
- 08/05/2023
- Point of Contact
- Frank Gastelum, Contract Specialist
- E-Mail Address
-
frank.gastelum@va.gov
(frank.gastelum@va.gov)
- Awardee
- null
- Description
- The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to all vendors capable and authorized to meet this requirement and determine the correct socio-economic set-aside. PORTLAND VAMC is seeking to procure WorkStation Pro Plus-Vibrasat Pro Wand Liposuction and Accessories or Equal to for use at their PORTLAND VAMC facility. Manufacturer and/or authorized distributors which can provide the following necessary item(s). Item(s) requested for market research purposes are brand name or equal: 1. WORKSTATION PRO PLUS/VIBRASAT PRO WAND AND ACCESSORIES OR EQUAL TO (MFG: MOELLER-MEDICAL DEVICES (WORKSTATION PRO PLUS 4272US), (VIBRASAT PRO WAND 3922)) Must meet the below Salient Characteristics: Must meet all required federal mandates for medical use Must be able to perform liposuction for breast, belly, and amputations. Must be able to have two footswitches for operating with an attending and resident surgeon. The tube set must be separate from the cannula and be capable of being removed and changed intraoperatively. Must offer disposable and reusable cannulas Disposables must include sterile suction tubing at least 3 meters long with both single and double funnel options Must have fat storage containers with minimum capacity of 6L Must be able to instill tumescence and provide fat injection. This is performed by removing the patient s fat and temporarily storing the specimen in a holding container, before being placed back into the patient s body. The machine must be able to regulate suction and meet or exceed 55L/min +/-6 l/min at 50 Hz Must regulate temperature of the tumescence to maintain patients body temperature Must have overflow protection and a hydrophobic filter to maximize the amount of tissue able to be reimplanted. Must be on wheels for easy movement Must have bacteria filter Vacuum must meet -90kPA on normal null setting Must have stroke length and frequency- 3,000-6,000/min approx. 3mm Pumping rate 50-300 ml/min Accuracy +/- 15% Acoustic volume must not exceed 55 dB(A) Must have digital display with touch screen capabilities Must meet the following dimensions Utilize 115/120V 50-60hz, 1.1A Cart dimensions not to exceed 1050mmx550mmx600mm Weight not to exceed 40 kg Potential contractors shall provide, at a minimum, the following information to frank.gastelum@va.gov. Response due date is 07/26/23 no later than 3:00pm PST. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI#. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112. To be considered a small business your company must have fewer than 1000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. If not the manufacture, please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Any Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). The Buy American, provides a preference for domestic end products for supplies acquired for use in the United States IAW 52.225-1 and 52.225-2. Please list any items requested that fall under this requirement. Response due date is 07/26/23 no later than 3:00pm PST. Please reply to frank.gastelum@va.gov No telephone inquiries will be accepted. Delivery would be to: PORTLAND VAMC 3710 SW U.S. VETERANS ROAD PORTLAND, OR 97239
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4e62c57ac7114dfab1fd2550b4350944/view)
- Place of Performance
- Address: PORTLAND VA MEDICAL CENTER 3710 SW U.S. VETERANS ROAD, Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN06759537-F 20230723/230721230050 (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 |