Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOURCES SOUGHT

65 -- ROSA BRIAN/SPINE SURGICAL ROBOT

Notice Date
5/12/2020 5:01:55 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0429
 
Response Due
5/18/2020 12:00:00 AM
 
Archive Date
06/17/2020
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. A SBA Non-Manufacturer Rule waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty ROSAS00203 ROSA One Brain & Spine Robot Version 3.1. Must include: Arm and Stand set; Motion Control and Safety Measures Software; PACS Connection Software; Interface Robot; Brain and Spine modules; Ventricular Neuroendoscopy Application module; Tansnasal Endoscopy Application module; DBS Accessories. 1 1-Year Total Protection covering all parts and labor service and tech support. 1 Shipping 1 Salient Characteristics: The ROSA One Brain & Spine Robot Version 3.1. ROSA ONE is a robotic platform to assist surgeons in planning and performing complex neurosurgical procedures in a minimally invasive manner. ROSA ONE provides dual Brain and Spine modalities on one system. The dual function robot can increase the utilization of the robotic platform for both brain and spine surgeries. This platform must provide a method for fast, accurate, minimal invasive execution of stereotactic neuro surgical and spine procedures. The equipment must meet the minimum of the following: System must provide a robotic arm with 6-degrees of freedom of movement. System must operate from a highly mobile trolley. System must be able to operate from multiple angles to the brain & spine targets. System must be expandable and upgradable. System must provide haptic capabilities via a force sensor attached to the end of the robotic arm. Clinical support must be available from Technician residing less than 500 miles install. System must provide multiple methods of registration including laser-based, bone fiducials, and frame based. System must provide application modules for Ventricular and Transnasal Endoscopy. System must provide comprehensive pre-operative planning software for any stereotactic procedure, including SEEG, DBS, & Biopsy procedures. System must provide planning software that allows surgeons to create an optimal plan for spine surgery and the robot must provide the ability to adhere to and execute that plan. Based on intra-operative images, the robot must automatically position the guide according to the planned screw trajectory. The robot must allow precise adjustment of the guide s position without the use of fluoroscopic guidance. System must provide navigation capabilities that allow the user to visualize the screw placement operation in real time, according to the defined surgical plan, with a step-by- step approach. System must provide real-time guidance with robot/human arm interface constantly interacting to retain the same trajectory despite the patient s body movements. Must include a minimum of one-year parts and labor warranty and 1 year technical assistance and service. Potential contractors shall provide, at a minimum, the following information to robert.hamilton8@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must have fewer than 1000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this 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 for this requirement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.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. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (d) The preferred shipping is FOB destination. Please consider that when creating a courtesy quote. Responses are due by 05/18/2020 3:00 PM EST, to the Point of Contact. Shipping Address: Department of Veterans Affairs Vancouver Warehouse Bldg 2 1601 E Fourth Plain Blvd Vancouver, WA 98661 Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d059e241833c468db67ed43a5d3f3219/view)
 
Place of Performance
Address: Portland VA Medical Center;Vancouver Warehouse;1601 E Fourth Plain Blvd;Vancouver, WA 98661, USA
Zip Code: 98661
Country: USA
 
Record
SN05655278-F 20200514/200512230157 (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.