SOURCES SOUGHT
65 -- UV DISINFECTION ROBOTS
- Notice Date
- 2/13/2024 12:56:58 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
- 36C26224Q0601
- Response Due
- 2/20/2024 10:00:00 AM
- Archive Date
- 04/20/2024
- Point of Contact
- Choo, Sam, Contract Specialist, Phone: Sam.choo@va.gov
- E-Mail Address
-
Sam.choo@va.gov
(Sam.choo@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide XENEX UV Disinfection Robot (MXSUV1-SLXCT) or Equal for Carl T Hayden VA Medical Center, Phoenix, Arizona. The prospective contractor must be able to provide items meeting following characteristics: Salient Characteristics: Must be able to emit full spectrum wavelength of 240-350nm Must accomplish unattended room disinfection to all surfaces within the direct line of site and within the effective distance as stated in the manufacturer labeling. Must be certified to the appropriate safety standards (e.g., IEC 61010-1) by an independent, third-party safety accreditation organization such as Underwriters Laboratory (UL mark) or Intertek Testing Services Must be able to provide all applicable technical specifications, studies, and white papers as evidence of meeting these requirements. Must have a clear description of the available data on the device s new indications or functions related to SARS-CoV-2 or co-existing conditions, such as: Device performance; and Potential risk (e.g., risk of UV exposure) Must have a clear distinction delineating FDA-cleared, FDA-approved, or FDA-authorized. Must have technology that is manufactured by an ISO 13485 registered facility. Must have no warm-up or cool-down delays. Must adhere to the FDA Labeling Requirements, including the following items: a) A caution that UV disinfection will reduce the number of pathogens on the device, but it will not eliminate them completely. b) A statement that the device is an adjunct to currently existing reprocessing practices and not a replacement or modification to such practices. c) A statement regarding the time, distance, and maximum area over which the device has been evaluated for effectiveness. d) An appropriate UV hazard warning label. e) Identification of the expected UV lamp operational life and instructions for procedures on replacement of the UV lamp when needed. f) Procedures to follow if the UV lamp malfunctions or fails. g) Description of the preparation of equipment or the room for disinfection h) A statement that the equipment intended to be disinfected is UV compatible. i) Identification of the UV dose. * Must have a footprint no greater than 80 H x 20 W x 20 D If you are interested and are capable of providing the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (Direct Phone Number and Email) (2) 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. (3) Is your company considered small under the NAICS code 334510? (4) 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 type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Are the products or solutions mentioned made in the United States? If not, where? (6) Must provide general pricing for your products/solutions for market research purposes. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334510 (1,250 Employees). Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, 02/20/2024 10:00 AM PT. After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ddb6c91debb4daf8008c39b12fa8b4d/view)
- Place of Performance
- Address: Department of Veterans Affairs Phoenix VA Healthcare System 650 E Indian School Rd, Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN06965021-F 20240215/240213230047 (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 |