Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
DOCUMENT

65 -- CORTRAK 2 ENTERAL ACCESS SYSTEM (EAS) - Attachment

Notice Date
2/22/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q0603
 
Response Due
2/28/2018
 
Archive Date
3/30/2018
 
Point of Contact
Shari Lee
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research. This Sources Sought is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government now. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Businesses, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran Owned-Small Business (SDVOSB) vendors relative to the North American Industry Classification System NAICS code 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) size standard is 1,250 employees. The Captain James A. Lovell Federal Health Care Facility located in North Chicago, Illinois 60064-3048 has a need for a Brand Name or Equal Cortrak 2 EAS System. This System is required to help with Veterans care when they need immediate and accurate placement of feeding tubes without assistance of an X-ray. The Cortrak 2 EAS sytem consists of an Electromagnetic Transmitting Stylet and CORFLO feeding tube, a Smart Receiver Unit, and an All-In-One Monitor with Integrated Visual Display Terminal (VDT), Touch Screen, and Embedded Computing System. The Cortrak 2 EAS System is known to meet the Governments needs because it generates a real-time signal as the feeding tube is inserted and advanced to the desired placement due to the electromagnetic transmitter in the tip of the Stylet. This real-time tracking occurs because the Cortrak 2 EAS signal is tracked throughout the placement procedure via a lightweight Smart Receiver Unit (SMU) near. The All-In-One Monitor triangulates the signal from the SRU and displays the real-time representation of the feeding tube tip s passage as it proceeds down the esophagus and into the preferred placement position (gastric, duodenal or jejunal). These noted salient characteristics are known to meet the Government s needs. Specifications/salient characteristics: (Quantity required) (Model Number) (Description of Item) (1) (EA) (20-0950) (CORTRAK 2 Enteral Access System EAS) (a) 1 CORTRAK 2 EAS Monitor (b) 1 CORTRAK 2 EAS Receiver Unit (c) 1 Stylet interconnect cable (d) 1 external power supply (e) 1 (one-year) warranty (1) (EA) (20-0951) (CORTRAK 2 EAS Accessory Kit) (a) 1 operators guide (b) 1 USB Flash Drive (c) 1 Receiver Unit stabilizer (d) 1 Calibration stylus (e) 1 2.5mm allen wrench 3. (1) (EA) (20-0928) (CORTRAK QLn220 Printer) (includes 2 rechargeable batteries 4. (1) (EA) (20-0920) (CORTRAK 2 EAS Stand) (includes Receiver Unit Cover Holder) 5. (1) (EA) (20-0964) (CORTRAK 2 EAS Extended Warranty) (Years 2 and 3 including parts & labor) Specifically, the unit being requested needs to have real-time display of relative position of tube tip during placement. Request shall include an All-in-one monitor that tracks and displays the path of the feeding tube during the placement procedure. The unit must have a self-testing feature with status indicator lights. Unit must have 2D and 3D views for placement without x-ray. Entire unit must be FDA approved for feeding tube placement confirmation. The monitor must be portable with LCD display and touchscreen interface. This device must be chargeable. The minimum device operation of approximately 2 hours in continuous use when fully charged. ***** If submitting an equal for consideration, A side-by-side salient characteristics comparison must be given in addition to all required information, and the vendor should make absolutely clear, by salient characteristics, that the equal offer can meet the Government s required need. ***** All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL OF THE FOLLOWING: Company name. Address. Point of Contact (name/title/telephone number/e-mail address). FSS Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Large Business) for which the organization qualifies. Are you providing a small business product? A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. If an authorized distributor, a memo or correspondence (from the OEM manufacturer) which authorizes distributor to distribute the manufacturer s products. If an authorized distributor, a statement explaining the added value provided with this purchase. Reference the product, facility, and sources sought number on all correspondence regarding this announcement. **** To prevent Gray Market Items from Entering any Federal facility, the Following is given: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your response will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to the notice and submittals will not be returned to the sender. The applicable North American Industry Classification System (NAICS) code for this requirement is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) and the small business standard is 1,250 employees. Responses due are to be submitted by email to Shari Lee at Shari.Lee@va.gov. The information requested must be received no later than 5:00 PM Central Standard Time by Wednesday, February 28th, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0603/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q0603 36C25218Q0603.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4102552&FileName=36C25218Q0603-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4102552&FileName=36C25218Q0603-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;CAPT James A Lovell Federal Health Care Center;3001 N Green Bay Road;North Chicago, IL
Zip Code: 60064-3048
 
Record
SN04831157-W 20180224/180222231510-e58f7f707cf8e6a5dbef3e6b40ed206e (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 |
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.