Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2020 SAM #6679
SOURCES SOUGHT

65 -- Surgical Lighting

Notice Date
3/11/2020 6:59:16 AM
 
Notice Type
Sources Sought
 
NAICS
335110 — Electric Lamp Bulb and Part Manufacturing
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
N0025920R0005
 
Response Due
3/26/2020 5:00:00 PM
 
Archive Date
03/26/2020
 
Point of Contact
ISAAC A. DON WILLIES, Phone: 6195325589, Robert M. Salomon, Phone: 6195328108
 
E-Mail Address
isaac.a.donwillies.civ@mail.mil, robert.m.salomon2.civ@mail.mil
(isaac.a.donwillies.civ@mail.mil, robert.m.salomon2.civ@mail.mil)
 
Description
Request for Information (RFI) Supplies/Services Surgical Lighting at Naval Medical Center San Diego (NMCSD) DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement.� This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes.� All information received in response to this RFI marked �Proprietary� will be handled accordingly.� Responses to the RFI will not be returned and Respondents will not be notified of the result of the review.� Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis.� The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 335110 (Electric lamp bulb and part manufacturing) with the Small Business Size Standard of 1,250 employees.� If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website.� The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.� The Government is interested in all small business concerns. INTRODUCTION The NMCSD Material Management Department is tasked with conducting market research for the purchase and installation of surgical grade lighting to be used in four (4) surgical rooms and two (2) procedure rooms.� Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members. BACKGROUND Respondents should identify their product capabilities that would help fulfill the current specified requirements.� The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids.� The description below outlines the minimum requirements for surgical lighting requirements at NMCSD. REQUIREMENTS NOTE: This RFI is only soliciting information on surgical lighting from vendors that are able to meet the requirements below. The Government requests surgical lighting with the following minimum specifications: Each light must provide illumination that can be focused or dispersed by the surgeon with a spot size of 6.3 in to 11.4 in, provide at least 160,000 lux, LED lighting that can last at least 40,000 hours. Provide two lights that are ceiling mounted, have articulation at 5 joints that allow for 360 degree movements at all five joints which allow for changes (height width and length) and will stay where placed on its own Each light must be dimmable, powered on and off via a wall control or on the light head itself. The handles used to move lighting should have the ability to be covered with a sterile light handle. Handlebar around full circumference of light that allows for positioning of light by non-sterile members. Reflective based system. Mechanical movement system as opposed to hydraulic or electric for ease of maintenance. 4 color to be at least 3600 kelvin, 4000 kelvin, 4500 kelvin, 5000 kelvin in order to help surgeons delineate anatomy. Aluminum construction for durability and weight savings Light head lens must be medical grade tempered glass in order to delay discoloration as compared to plastic lens. Depth of field is 47.2 inches (useable column of light) At least a 100 LEDs per light head. Light head diameter at least 29 inches to provide desired illumination ���������������������������������������� Provide installation for surgery lighting and fixtures at NMCSD. Provide appropriate containment solution to meet the Department of Navy Level four (4) infection containment. Employees must meet minimum standards to gain base access. This is to include subcontractors Must dispose of waste in accordance with NMCSD policy with the exception of inventory controlled items. DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information.� The Capability Statement should discuss the product's capabilities as they relate to the potential requirements.� Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes.� All items should be clearly identified if they are scheduled items or open market items. All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at issac.a.donwillies.civ@mail.mil� Questions must be received by 5:00pm Pacific Time by 03/19/2020. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 5:00PM (Pacific Time) 03/26/2020. No mailing responses will be accepted. All questions must be submitted via email prior to close of business 03/19/2020.� Answers will be posted as a separate attachment shortly thereafter. Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Isaac A. Don Willies issac.a.donwillies.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf5135dc1db34cc1b470bbc901de9f53/view)
 
Place of Performance
Address: San Diego, CA 92134, USA
Zip Code: 92134
Country: USA
 
Record
SN05586295-F 20200313/200311230152 (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.