Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2023 SAM #7999
SOURCES SOUGHT

65 -- Brand Name Only - Medivator DSD Edge Automated Endoscope Reprocessing System This is NOT a Request for Quotes.

Notice Date
10/20/2023 8:08:08 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0038
 
Response Due
10/27/2023 1:00:00 PM
 
Archive Date
12/26/2023
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Statement of Need Lebanon Veterans Affairs (VA) Medical Center Sterile Processing Service (SPS) Title of Project: Purchase of Medivator DSD Edge (Automated Endoscope Reprocessing System) Scope of Work: Vendor shall provide all resources necessary to accomplish the deliverables described in this statement of need (SON), except as may otherwise be specified. Vendor shall provide one (1) Brand Name Only - Medivator DSD Edge and its accessories and deliver to Lebanon VA Medical Center, 1700 South Lincoln Avenue, Lebanon, PA 17042. Background: Lebanon VA Medical Center has a current need for one (1) Medivator brand DSD Edge. The DSD Edge is an automatic endoscope reprocessing system. The Surgery Care Line is procuring a DaVinci Robotics ION bronchoscopy navigation system in FY24. This DaVinci ION system has only validated the Medivator DSD Edge for reprocessing this system for which will fit within our confined space in SPS. We do not currently have this system within SPS at the Lebanon VAMC. Type of Contract: Firm-Fixed Price, Brand Name Only Requirement. General Requirement: Lebanon VA Medical Center has a brand name only requirement for one (1) Medivator DSD Edge Endoscope Reprocessing System for use with DaVinci Robotic ION Bronchoscopy Navigation system being procured by Surgical Services at the Lebanon VAMC for FY 2024. Salient Characteristics: Dimensions: 46-inches H x 36-inches W x 21-inches D Height With Lid Open: 64-inches Weight: 400-pounds Electrical Requirements: 120-VAC, 60-Hz, 1440-watts Electrical Safety Certifications: ETL Intertek Listed #75811, UL Standard 61010, CSA/CSA Standard C22.2, No. 601.1 Water Supply Requirements: Minimum Flow Rate: 3.2-GPM at 35-40-PSI Water Temperature: 95° (+/- 4°F) Water Hardness: Less than 12-gpg Pre-Filter Wall Space: 16-inches H x 12-inches W x 6-inches D Reservoir Capacities: Alcohol and detergent 27-oz each Disinfectant Temperature Range: Rapicide PA Disinfectant 86°F-104°F (30-40°C) Delivery: Vendor shall deliver all equipment required under this SON within thirty (30) calendar days or less from the date of award, unless otherwise directed by the POC. Delivery of equipment shall be made to: Lebanon VA Medical Center, ATTN: Building 6, Warehouse, 1700 S. Lincoln Ave. Lebanon, PA 17042, Mark For: Dan Hughes/Rich Lambdin SPS Department. Delivery to the facility s specific locations shall be coordinated in advance with the Point of Contact. Nominated POC: Lisa Quaglieri Phone: (717) 272.6621, x4664 Email: Lisa.Quaglieri@va.gov NOTE: The POC has no authority to change the terms and conditions of the awarded contract. Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The POC shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Lebanon (595). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. PERIOD OF SERVICE: Delivery must be made no later than 30 days After Receipt of Order. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the POC listed in the awarded contract. Tobacco All VA Medical Centers property is tobacco free. Contractor personnel will comply with Lebanon VA tobacco and smoking policies. Violations will result in a warning and possible citation. COVID-19 Related Policies 1. Upon entering VA, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by VA. 2. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. Instructions to Vendors: The information identified above is intended to be descriptive, of the Brand Name only - Medivator DSD Edge and its accessories, 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) 339113. Please answer the following questions: 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? (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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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. (8) 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. (9) 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? (10) 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. (11) Please submit your capabilities in regard to the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4 PM Eastern Standard Time (EST) on October 27, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0038 in the subject of the email response. 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 Specialist, David Santiago. 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 website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. 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 (RFI). Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/151d9cd4eb7e4ac8a6bb70b5636c377e/view)
 
Place of Performance
Address: Attn; Warehouse 1700 S. Lincoln Ave.,, Lebanon, 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06865021-F 20231022/231020230053 (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.