DOCUMENT
W -- EBUS/VATS Thoracic Surgical Equipment Lease - Attachment
- Notice Date
- 8/16/2018
- Notice Type
- Attachment
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26118Q9456
- Response Due
- 8/27/2018
- Archive Date
- 10/26/2018
- Point of Contact
- Susanne Christen, Susanne.Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only, and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification System Code (NAICS) 334419 Other Electronic Component Manufacturing with a size standard of 750 employees. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office (NCO), is seeking sources that can provide Brand Name or Equal items for a Lease of Video-Assisted Thoracic Surgery (VATS) Equipment and Endobronchial Ultrasound (EBUS) Equipment and Equipment Maintenance/Repair Services, which meet the following salient characteristics: Salient characteristics of maintenance and repairs services: Must be FDA-regulated repairs, Must have pre-paid, next-day delivery available, Must use guaranteed OEM parts and processes, Must provide services Monday through Saturday from 7a.m. 8p.m. Pacific Standard Time (PST), Technical telephone support services must be provided twenty-four (24) hours per day, seven (7) days per week, three-hundred sixty-five (365) days per year, Dedicated on-site field resources must be provided, Access to the service portal must be provided for online repair tracking, and Full service for equipment must be provided. Salient characteristics of equipment: The 3-dimensional (D) videoscope: Must be an articulating, high definition (HD), 3-D, flex videoscope designed for industrial use, Must be articulate 100 degrees, Must be 10 millimeters (mm), Must focus automatically, have dual lenses, and have a depth field of at least 18 -100mm, Must be an all-in-one plug and play, Must be designed for visualization inside the tight space of the thoracic cavity for thoracic surgical procedures, and Must be compatible with all items in the price cost schedule of supplies and services. The HD videoscope: Must be a fully autoclavable, articulating, 5mm HD videoscope with a 100 degree articulating tip (in all directions), Must focus automatically, Must include an integrated light cable and camera system in the laparoscope, Must be designed for visualization inside the tight space of the thoracic cavity for thoracic surgical procedures, and Must be compatible with all items in SECTION B PRICE COST SCHEDULE OF SUPPLIES AND SERVICES. HD single channel or dual channel video capture system: Must stream video, Must capture video in HD or standard definition (SD), Must capture standard still images, Must use moving picture experts group 4 (MPEG-4) technology, Video loop must be of surgical quality; Must include a status display on the screen, Must include an additional level of data protection to the existing Steam security and be compatible with the existing Steam security, Must have touch panel controls, Must include a built in audio recording capability, Must allow for live previews, Must have the option of using a single or dual channel, Must interface with the picture archiving and communication system (PACS), Must include an electronic medical record (EMR) interface, Must allow for wireless connectivity, Must include an S-video/digital video interface (DVI) package and a serial digital interface (SDI) interface package, Must have a footswitch, Must include a printer that is compatible, and Must be compatible with all items in the price cost schedule of supplies and services. Video system: Must include a push button, ease of focus switch, Must include a waterproof, one touch connector; Must include a one-step connection to light source; Must make a minimal amount of image noise, Must have reduced halation, Must automatically save the clearest image(s) and picture in picture, and Must be compatible with all items in the price cost schedule of supplies and services. All items must be compatible with each other. Shipping is F.O.B. Destination. The following list of items and quantities are provided to facilitate pricing information only: EBUS Equipment: Manufacturer Model Number Type of Equipment Estimated Quantities 1. Olympus, Corp. BF-1TH190 Bronch, Video 3 per month 2. Olympus, Corp. BF-1TH190 Bronch, Video 3 per month 3. Olympus, Corp. BF-1TH190 Bronch, Video 3 per month 4. Olympus, Corp. BF-1TH190 Bronch, Video 3 per month 5. Olympus, Corp. BF-1TH190 Bronch, Video 3 per month 6. Olympus, Corp. CV-190 Electronics II 3 per month 7. Olympus, Corp. CVLV-190 Electronics I 3 per month 8. Olympus, Corp. UPDR-80MD Electronics I 3 per month 9. Olympus, Corp. UPDR-80MD Electronics I 3 per month 10. Olympus, Corp. BF-UC180F-A EUS/EBUS 3 per month 11. Olympus, Corp. BF-UC180F-A EUS/EBUS 3 per month 12. Olympus, Corp. BF-UC180F-A EUS/EBUS 3 per month 13. Olympus, Corp. BF-UC180F-A EUS/EBUS 3 per month 14. Olympus, Corp. BF-UC180F-A EUS/EBUS 3 per month 15. Olympus, Corp. IS40900 Electronics I 3 per month 16. Olympus, Corp. IS40900 Electronics I 3 per month 17. Olympus, Corp. EU-ME2 Electronics II 3 per month VATS Equipment: Manufacturer Model Number Type of Equipment Estimated Quantities 1. Olympus, Corp. LTF-190-10-3D LTF, Semi-rigid - 3D 3 per month 2. Olympus, Corp. LTF-190-10-3D LTF, Semi-rigid - 3D 3 per month 3. Olympus, Corp. LTF-190-10-3D LTF, Semi-rigid - 3D 3 per month 4. Olympus, Corp. LTF-190-10-3D LTF, Semi-rigid - 3D 3 per month 5. Olympus, Corp. CV-190 Electronics II 3 per month 6. Olympus, Corp. CV-190 Electronics II 3 per month 7. Olympus, Corp. CLV-190 Electronics I 3 per month 8. Olympus, Corp. 3DV-190 Electronics I 3 per month 9. Olympus, Corp. LTF-190-10-3D LTF, Semi-rigid - 3D 3 per month 10. Olympus, Corp. LMD-X310ST Electronics II 3 per month 11. Olympus, Corp. LTF-S190-5 Video Lap/Endo Eye/ LTF Semi 3 per month 12. Olympus, Corp. LTF-S190-5 Video Lap/Endo Eye/ LTF Semi 3 per month 13. Olympus, Corp. LTF-S190-5 Video Lap/Endo Eye/ LTF Semi 3 per month 14. Olympus, Corp. LTF-S190-5 Video Lap/Endo Eye/ LTF Semi 3 per month 15. Olympus, Corp. LTF-S190-5 Video Lap/Endo Eye/ LTF Semi 3 per month 16. Olympus, Corp. LMD-X310ST Electronics II 3 per month 17. Olympus, Corp. LMD-X310ST Electronics II 3 per month The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the 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.). Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Susanne.Christen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than August 27, 2018 at 1 p.m. Eastern Standard Time (EST). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05ec27fe4d47d7048b487433a5e91be6)
- Document(s)
- Attachment
- File Name: 36C26118Q9456 36C26118Q9456_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4546969&FileName=36C26118Q9456-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4546969&FileName=36C26118Q9456-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9456 36C26118Q9456_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4546969&FileName=36C26118Q9456-000.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN05040985-W 20180818/180816231418-05ec27fe4d47d7048b487433a5e91be6 (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 |