Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOURCES SOUGHT

65 -- 646-21-1-233-0004 | OLYMPUS SPEECH PATH VIDEO SYSTEM |

Notice Date
6/11/2020 10:52:23 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0686
 
Response Due
6/24/2020 12:00:00 PM
 
Archive Date
07/04/2020
 
Point of Contact
LaShawn Knight, lashawn.knight@va.gov, Phone: 240-215-8892 ext. 2199
 
E-Mail Address
Lashawn.Knight@va.gov
(Lashawn.Knight@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for Olympus America Inc Brand Name only Rhino Laryngo Video equipment to be utilized in a clinic / procedure room setting located at the Pittsburgh VA Medical Center-University Drive in Pittsburgh, PA. Requirements Compatibility Requirements: The Olympus America Inc. Rhino Laryngo Video equipment is requested, as this is the type of equipment currently used in the clinics and the staff is familiar with its use; therefore, adding another autoclavable scope of this type would be beneficial for training purposes and accuracy as the staff use for diagnostic purposes. Brand Name or Equal to Olympus High Definition (HD) Rhino-Laryngo Video scopes with video towers, cameras, and light sources. Olympus High Definition (HD) Rhino-Laryngo Video scopes with video towers, cameras, and light sources Salient Features CV-170 HDTV Video System Advanced Imaging - The CV-170 is compatible with HD videoscopes to provide the image quality of a rigid scope with the comfort of a flexible rhinolaryngoscope. In addition, patented NBI technology built into the CV-170 enhances visibility of vascular structures without dyes, drugs, or contrast agents. High-resolution HDTV imaging capability provides the optimal image for a wide range of office procedures. Compatible with both rigid and flexible endoscopes, the CV-170 s Noise Reduction Technology and minimal halation provide exceptional performance that reduces the appearance of noise. Reduced Costs - The CV-170 s LED light source reduces cost by virtually eliminating the need to replace expensive Xenon or Halogen light bulbs. The platform s ultra-quiet and power-saving design also uses less energy than previous systems. The CV-170 s all-in-one design condenses its performance into a compact and convenient office size. The newly adopted long-life LED lamp minimizes lamp replacement, and as a result, maintenance is much easier. It generates virtually no heat, assuring long hours of operation while reducing energy and noise. Measurement Accuracy - Dimensions 295 x 145 x 425 mm (W x H x D) Weight 11.0 kg Olympus CLL-S1 StrobeLED StrobeLED is compatible with both flexible and rigid scopes, making the system applicable for various types of users and procedures. ENF-VH displays full-screen, high definition images during stroboscopy. ENF-V3 2.6 mm outer diameter aids in stroboscopy for small and difficult anatomies Olympus HD Laryngoscopes Combines durability and HD image quality with an innovative lens design that allows for viewing of even the finest structures during the stroboscopy procedure. LMD-2110MD The LMD-2110MD is a widescreen medical grade 21.5-inch monitor incorporating a Full HD TN (Twisted Nematic) type LCD panel that provides 1920 x 1080-pixel resolution. It is equipped with a 10-bit signal processor to reproduce lifelike images with smooth gradation and accurate color consistency. The monitor accepts a wide variety of SD signal inputs and features an HD signal input via either HDMI interface or analog component connectors. HD-SDI input is possible with the BKM-341 HS option board. Multiple Input interfaces: Composite, Y/C, RGB/YPBPR, HDMI (compatible with DVI) as standard. Optional Input interface: SD/HD-SDI input x1 with Optional Input Adaptor BKM- 341HS Selectable color temperature settings On screen display (OSD) for seven languages Built-in green LED tally lamp to identify when images are captured or recorded Parallel remote-control interface VESA mounting standard compliance (100 mm spacing) Built-in desktop stand with tilt function Compliance with medical safety standard UL60601-1 Standard Warranty One (1) year Service Partner Program On-site repairs No calibration required Manufactured in the USA Training and installation are not required: The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this requirement; therefore, a Security Accreditation package is not required. No C&A or MOU/ISA is required. Sensitive information exposure as part of this contract involves applicable security controls within the facility as part of the VA Information Security Program. If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at 202-461-6309. If there are any questions related to the information security, please have a member of your staff contacts the Office of Cyber Security at 304-262-7733 Item Number Description Quantity Unit of Measure 0001 TC-C4 TROLLEY US SET 3 1 EA 0002 21.5 HD WIDESCREEN MEDICA EIL 770, CSN: 6530-4400022, MEDICAL MONITOR 1 EA 0003 LCD MONITOR MOUNT 1 EA 0004 ALL-IN-ONE HD VIDEO SYS W/ EIL 770, CSN: 6515-438257, HC/HT, NXA, SURGERY, ENDOSCOPIC VIDEO SYSTEM 1 EA 0005 STROBELED LED STROBOSCOPY SYS 1 EA 0006 USA POWER CORD FOR ESG 1 EA 0007 STROBE LED CLL-S1 1 EA 0008 STROBOSCOPY THROAT MICROPHONE 1 EA 0009 FLEXIBLE VIDEO HD RHINO LARYNGO S EIL 770, CSN: 6625-836000, RHINOLARYNGOSCOPE 1 EA 0010 FLEXIBLE UTLRA THIN VIDEO RHINO L EIL 770, CSN: 6625-836000, RHINOLARYNGOSCOPE 1 EA 0011 NCARE, REC, SINGLE, DIR SDI 1 EA 0012 DV-R FOOT SWITCH 1 EA 0013 15 NCARE MEDICAL GRADE TOUCH PANEL 1 EA 0014 NURSES CONTROL PANEL ARM LONG 1 EA 0015 ENT SCOPE HANGER 1 EA 0016 REMOTE CABLE CV 160 FOR SVR PRIN 1 EA 0017 ISM-NCARE SW CONFIGURATION 1 EA 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 750 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to lashawn.knight@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on June 24, 2020, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, LaShawn Knight. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at lashawn.knight@va.gov. 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. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf8214abf04c4ee29bb073a66a6a95f3/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System University Drive Campus University Drive Pittsburgh, PA 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN05688126-F 20200613/200611230203 (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.