Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

65 -- Impedance Planimetry- Endoflip KC VAMC

Notice Date
1/29/2024 12:10:31 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524Q0121
 
Response Due
2/4/2024 9:00:00 PM
 
Archive Date
02/15/2024
 
Point of Contact
Tracie Raggs, Contract Specialist, Phone: 913-946-1985
 
E-Mail Address
tracie.raggs@va.gov
(tracie.raggs@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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. 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 Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought 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 will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: *ALL ITEMS HEREIN THAT MENTION BRAND NAME PRODUCTS MAY BE SUBSTITIUTED FOR A LIKE OR SIMILAR ITEM* The Kansas City VAMC GI department is looking to purchase the name brand or equal Endoflip 300 Pump System, Display, and Cart. This is a new system and will work independently from any other systems or software. Internal view of the gastroesophageal (GE) junction during endoscopic procedures, allowing for achalasia or GEJ outflow obstruction to be determined during procedure. Clinically indicated to assist in evaluating gastrointestinal disorders, including achalasia, esophageal dysphagia, eosinophilic esophagitis, and gastroesophageal reflux disease. Flip Topography displays and measures esophageal contractility patterns. Provide real time measurements and determine major motility disorder during endoscopy. Must have US FDA clearance to measure pressure and dimensions in the esophagus, pylorus and anal sphincters. Provides an alternative and/or complementary method to high resolution manometry (HRM) for the evaluation of non-obstructive dysphagia. Assists in determining the optimum gastroesophageal reflux disease (GERD) surgical technique for patients being considered for surgery. Real-time measurement data allowing for provider to measure a stricture before dilation or measure esophageal lumen opening after dilation during endoscopy. Able to be used in gastroparesis patients to determine likely responders to Botox or dilation. Reduces time to treatment, minimizing patient discomfort and eliminating the need for a separate appointment to complete dilation. Description of the Items and Quantities The Endoflip 300 Pump System (EF-301), that will include the following items: Endoflip 300 Display System (EF-302) Endoflip 300 Cart (EF-303), Endoflip 300 Reader (EF-304) The Pre-use Tube (EF-305) Adaptor Cables One year service plan (ESENDOFLIP3001) Package is to include, but not limited to, any cables, leads, mount kits, parts, accessories, installation, and cleaning kits needed to make the systems fully functioning. The information identified above are 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 are capable of providing 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: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? Must provide evidence to support answer. If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Sunday, February 4, 2024 at 2300 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not 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/8170c0524527405a83f6a2c2a3128858/view)
 
Place of Performance
Address: Kansas City VA Medical Center 4801 Linwood Blvd, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN06948685-F 20240131/240129230050 (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.