SOURCES SOUGHT
65 -- BNOE ABBOTT ENSITE X SYSTEM
- Notice Date
- 4/15/2025 1:49:55 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26025Q0465
- Response Due
- 4/25/2025 3:00:00 PM
- Archive Date
- 05/25/2025
- Point of Contact
- Tracy Heath, Contracting Officer, Phone: 253-888-4903
- E-Mail Address
-
tracy.heath@va.gov
(tracy.heath@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Portland VA Health Care System, Portland, OR is for market research purposes only to determine the availability of potential vendors with capabilities to provide the requirement described below. This Request for Information/Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing). The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1,250 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to these 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). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at Veteran Small Business Certification (sba.gov). 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. The SBA Non-Manufacturer Rule is applicable, however, there may be an SBA class Waiver for this NAICS/PSC for this potential acquisition. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or Equal requirement. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of origin. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at www.sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is a Brand Name or Equal Request for Information/Sources Sought Notice for Abbott Ensite X EP System Delivery address: Department of Veterans Affairs Portland VA Health Care System 3710 SW US Veterans Hospital Rd. Portland, OR 97239 Items: 3D Electrophysiology Mapping System: Equipment used to provide advance electrophysiology mapping using non-fluoroscopic 3D images of the heart chamber(s), allowing Physicians to accurately identify and locate abnormal electrical signals. Qty Manufacturer Part # Description 1 EA ENSITE X-SYS EnSite X EP System 1 EA AM-2.0 Advanced Mapping Software License 1 EA ENSITE-AMD-01 AutoMark Distance Software License 1 EA ENSITE-IMP-01 Averaged Impedance Drop Software License 1 EA ENSITE-FWV-02 Pulsed Fiedl Ablation (PFA) Catheter Visualization Software License Salient Characteristics: Brand Name or Equal to the Abbott EnSite X EP System: Unit has FDA Clearance Meets all industry-recognized standards for visualization & navigation, in 3D space. System to track, in real-time, the location of electrophysiology catheters within the cardiac structure. System to utilize both direct contact & non-contact catheter technologies. System to assist in recording the location of ablation lesions as applied by an ablation generator. System to include software to incorporate models from CT/MR datasets for display on the system. System to include software to incorporate real-time model with a segmented CT or MR to facilitate navigation within the segmented geometry. (Fusion included with system). System to include functionality to automatically create multiple models based on clinically relevant criteria. System to include functionality to show activation data on any other map type. System to support multiple mapping modalities, including impedance-based mapping and magnetic-based mapping. System to be compatible with a variety of other medical devices, including ablation catheters and diagnostic catheters, allowing for seamless integration into existing electrophysiology workflows. System to provide rea-time tracking of the catheter and its position within the heart, enabling precise catheter placement and mapping. System to feature a user-friendly interface tha allows physicians to easily navigate and manipulate the 3D maps and control the mapping process. System must include data analysis tools that help physician interpret the mapping data and make informed treatment decisions. System to be used in a wide range of cardiac arrhythmia procedures. System to be able to collect over 1,000,000 points. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on April 25, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67fd083de48e48db96a33fefe0f64ff8/view)
- Place of Performance
- Address: Department of Veterans Affairs Portland VA Health Care System 3510 SW US Veterans Hospital Rd., Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN07409917-F 20250417/250415230048 (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 |