Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOURCES SOUGHT

J -- Intuitive DaVinci

Notice Date
6/25/2024 3:22:11 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724Q0755
 
Response Due
7/2/2024 6:00:00 AM
 
Archive Date
07/17/2024
 
Point of Contact
Matt Lee, Contracting Specialist, Phone: 210-694-6337
 
E-Mail Address
matthew.lee5@va.gov
(matthew.lee5@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs Olin E. Teague Veterans Medical Center Surgical Service in Temple, Texas intends to award a brand name or equal contract award for Intuitive DaVinci. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112 with a size standard of 1,000 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA BASE SK2254 - da Vinci Xir dVComplete Care Service Plan (dual console) (CLIN 4448)Per the updated SAC contract the award should include a line item for CLIN #4510 to support the Scope Advance Exchange (AEX) Program. Award: 36C10G-19-D-0092 LOCAL STOCK NUMBER: SK2254 Base Year: Period of Performance: 11/01/2024 10/31/2025 0002 1.00 EA BASE SU2604 - SimNow Service SAC Award: 36C10G-19-D-0092 LOCAL STOCK NUMBER: SU2604 Base Year: Period of Performance: 11/01/2024 10/31/2025 0001 1.00 EA BASE SK2254 - da Vinci Xir dVComplete Care Service Plan (dual console) (CLIN 4448)Per the updated SAC contract the award should include a line item for CLIN #4510 to support the Scope Advance Exchange (AEX) Program. Award: 36C10G-19-D-0092 LOCAL STOCK NUMBER: SK2254 Option Year 1: Period of Performance: 11/01/2024 10/31/2026 Maintenance Service Contract for the Operating Room (OR) Technology Dashboard Display System (Peri-operative Care) Central Texas Veterans Health Care System (CTVHCS) Base + One option year 1. CONTRACTING OFFICERS REPRESENTATIVE (COR): CTVHCS Surgical Service will appoint one (1) COR for this contract. When service is requested, the contractor will always contact the COR, TBD or by contacting the designated CTVHCS POC, TBD. 2. SERVICE TIME ARRANGEMENTS: Except by special alternative arrangement, scheduled service acceptance of this contract, the contractor must immediately contact the COR, TBD. 3. SCOPE OF WORK: Maintenance, service, support, and repair of da Vinci SK2254 Robot dual console and SimNow at CTVHCS, Temple, Texas. Service must consist of the following: A. Corrective and Preventive Maintenance Services: All services necessary and required to ready the equipment for use in the operating/procedure room. B. Maintenance Service as needed to maintain system operational at all time: COR along with the CTVHCS POC will verify that required specifications are met and testing will be performed as necessary to ensure system is fixed, repair, serviced and fully operational. The Contractor will provide all resources, including software required to ensure system remains operational, in accordance with the contract and manufacturer requirements. This includes but not limited to replacing, upgrades, and updates. C. Training and instructional aides on the Peri-Op system must be provided. 4. DESCRIPTION OF da Vinci SK2254 Robot dual console and SimNow Equipment features: - Translates surgeon's hand movements at the console in real time, bending and rotating the instruments while performing the procedure - Provides tools for laparoscopic surgeries - Allows for surgeons to practice robotic surgeries - Dual console for more complex procedures 5. EXCLUSIONS (unless otherwise quoted): A. Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. B. Modification or corrections to installation room or supplied power. 6. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by Health Insurance Portability and Accountability Act (HIPAA) of 1996 with respect to personal and confidential information that they may come upon, while servicing medical equipment. 7. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does contain Patient Health Information (PHI) and Individually Identifiable Information (III). No VA data will leave the VA Facility. If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the Information Systems Security Officer. After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested. The repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility. The designated facility point of contact is responsible to ensure no VA data leaves the facility, and an employee supervises repair. No security & privacy training is needed by the vendor because the repair will be supervised. No other security statement is needed. 8. NEGLIGANCE CLAUSE: When services and parts are required because of accident, abuse, misuse or negligence by other than the contractor or his representative and are not included as a part of PM inspection of service calls, such needs will be reported to the Contracting Officer Representative along with estimates of charges. The contracting officer and representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. 9. RECORDS MANAGEMENT: All records (administrative and program specific) created during the period of the contract belongs to VISN 17 and CTVHCS and must be returned to CTVHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. a) Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b) Contractor must treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency must have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c) Contractor must not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d) Contractor must not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e) Contractor must not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f) The Government Agency owns the rights to all data/records produced as part of this contract. g) The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h) Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i) No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j) Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 10. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract must meet or exceed manufacturer s performance specifications at the contract expiration date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/13bb69c0ef5b472383d01beb9912b593/view)
 
Place of Performance
Address: Olin E. Teague Veterans Medical Center 1901 Veterans Memorial Drive Attn: Surgical Service, Temple, TX 76504, USA
Zip Code: 76504
Country: USA
 
Record
SN07107775-F 20240627/240625230121 (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.