DOCUMENT
99 -- GLIDESCOPE - Attachment
- Notice Date
- 7/29/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25516N0737
- Response Due
- 8/3/2016
- Archive Date
- 10/2/2016
- Point of Contact
- Keisha Reid
- E-Mail Address
-
worth,
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought 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 qualified businesses. Responses to this notice shall include: 1.Company Name 2.Address 3.Point of Contact 4.Phone, Fax, and Email 5.DUNS number 6.Cage Code 7.Type of business, e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), HUB Zone, Women Owned Small Business, SDB 8.Must provide a capability statement that addresses the organizations qualifications and ability to perform the work described below: This RFI uses a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name. All offers must work with existing equipment that has already been purchased and is currently in use at the station and also to meet standardization requirements throughout the hospital. Video Laryngoscopy Item Needed: Video Laryngoscopy Unit (Item must be comparable to Verathon Glidescope Model AVL) QTY: 3 Technical Specifications: "Digital, DVD -Quality 6.4 inch color monitor or larger "Onboard video tutorial "Digital Camera (Designed for infant to morbidly obese patients) "Education Materials "Must have the ability to record - integrated into the unit, no additional software required "Mobile cart with basket "GlideRite ® Stylet "Video Baton cradle for convenience and protection "Battery: oRechargeable Lithium oMinimum 1.5 hours of continuous use oAbility to be used with A/C power at any time. ? Warranty: "Minimum a one (1) year warranty after installation has been completed. "Maintenance, to include preventative maintenance, during the warranty period will be at the cost of the manufacturer to include parts, labor and travel. "Warranty period shall include: oGuaranteed period of availability of replacement parts oDelivery time for replacement parts upon receipt of order oNormal service hours for field service o1 hour call back time oOngoing support via telephone, for 12 months following the installation. Additional Information: Glidescope must be comparable with: "Verathon GVL 3 STAT disposable Blade - Product number 0270-0626 "Verathon GVL 4 STAT disposable Blade - Product number 0270-0628 *Please provide a brochure and/or any other written materials that would be helpful in the description of the product you are offering Biomedical Engineering Training Requirements Biomedical Technical Training The vendor shall address how they will provide technical training for maintenance and service for biomedical engineering personnel. (If Applicable). 1.Please indicate details about each training session offered 2.Vendor shall provide any special service tools and/or test equipment comparable with that provided to the OEM's service personnel. 3.Training shall at minimum address the following topics. a.Using schematics and circuit diagrams b.Using the Technical Service Mode c.Preventative Maintenance d.Troubleshooting e.Spare parts 4.Upon Completion of Training, testing equipment, cables, and software necessary to perform PMs and troubleshooting in house shall be given to the attendees of the course. ? Installation Installation and Implementation The vendor shall provide a description of the installation services offered specifically addressing each of the following requirements: 1.The vendor shall be responsible for testing the system at VA HSTMVA to ensure that the system is functioning as defined by the SOW. 2.The vendor shall be responsible for managing all waste created by the product installation, including clean-up and disposal. 3.The vendor shall define all site preparation requirements of the VA in writing as part of the submittal package. This shall include high voltage electrical requirements, network requirements, and any other required utilities not explicitly specified. C. Service Requirements ServiceThe vendor shall address how they will meet the following service requirements: 1.Service during the guarantee period shall be provided within 1 hour of notification. A routine service request will be issued upon any failure which degrades system performance but does not prevent continuation of patient care. 2.Emergency service by qualified personnel must be provided within 2 hours of notification. Telephone response does not satisfy this requirement. An emergency service request will be issued upon any failure which prevents systems operation and disrupts continued patient care. 3.Prior to and during the guarantee period, all services shall be performed at no charge to the Government. Describe remote system support where applicable, including remote diagnostics via VPN/remote access.(if applicable) Contractor shall utilize the VA national Site-to-Site VPN, or the Contractor shall work with the Office of Cyber and Information Security and VISN15 Information Security Officers to establish a client-based VPN. (if applicable) Post Warranty Maintenance (Extended warranty)For maintenance service after the warranty period, the vendor shall provide a service agreement proposal addressing at minimum the following items: 1.Guaranteed period of availability of replacement parts 2.Delivery time for replacement parts upon receipt of order 3.Normal service hours for field service 4.1 hour call back time Response Needed by 8/3/2016 at 3:00 pm EST. Contact Information: Keisha Reid Contracting Specialist Department of Veterans Affairs Network Contracting Office 15 3450 S. 4th Street Leavenworth, KS 66048-5055 Office: 913-946-1983 Email: keisha.reid@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516N0737/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-N-0737 VA255-16-N-0737.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910279&FileName=VA255-16-N-0737-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910279&FileName=VA255-16-N-0737-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-16-N-0737 VA255-16-N-0737.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910279&FileName=VA255-16-N-0737-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Columbia VAMC;800 Hospital Drive, BLDG D218;Columbia, MO
- Zip Code: 65201-5275
- Zip Code: 65201-5275
- Record
- SN04201025-W 20160731/160729234034-4ef3fe730bc7ce3d2f40b072f6689025 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |