Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOURCES SOUGHT

65 -- Electroconvulsive Therapy System with startup kit accessories

Notice Date
9/9/2020 10:51:54 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0021
 
Response Due
9/11/2020 3:00:00 PM
 
Archive Date
09/14/2020
 
Point of Contact
Ayanna S Hamilton, Ayanna Hamilton, Phone: 713-791-1414
 
E-Mail Address
Ayanna.Hamilton@va.gov
(Ayanna.Hamilton@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Southeast Louisiana Veterans Healthcare System (SLVHCS) REQUEST FOR INFORMATION 36C25620Q0021 Statement of Work Electroconvulsive Therapy System Southeast Louisiana Veterans Health Care System New Orleans, LA The Southeast Louisiana Veterans Healthcare System (SLVHCS) is requesting to purchase an IV Electroconvulsive Therapy System (ECT) for the Mental Health Department. The overall purpose is to expand mental health capabilities to meet the intense demands of heighten mental health cases in Veterans during this COVID-19 pandemic. The Electroconvulsive Therapy System (ECT) will treat both inpatient and outpatient Veterans that are severely depressed or suicidal, and meet the intense demands of projected mental health cases in Veterans. Description: The Electroconvulsive Therapy System (ECT) treatment is a complex and life-threatening procedure that require clinicians to have vast experience with a specialized system before providing treatment on patients. The equipment will be used when severe depression is unresponsive to traditional forms of therapy. Our psychiatry staff has that experience with the Thymatron System manufactured by Somatics, LLC. The Contractor shall provide the ECT System with all associated equipment, instructions, startup supplies, materials, and installation. The health care professionals at SLVHCS will perform all treatment using the ECT. This is a complex medical procedure and proper and safe conduct requires a staff of licensed healthcare professionals who are trained and have experienced in-person supervision with the associated procedures, have received clinical privileges for ECT from the appropriate hospital committee, and have carefully read and are thoroughly familiar with the medical literature concerning the risks, benefits, complications, and methods of ECT. This equipment will be located at Southeast Louisiana Veterans Healthcare System (SLVHCS) 2400 Canal Street, New Orleans, LA 70119. Salient Characteristics: Brand Name or Equal as listed below: Quantity UNITE PRICE System IV ECT Instrument with startup kit accessories 1 ------- DVD training on ECT 1 ------- Five-year extended warranty 5 ------- Techniques of ECT for informed patients and families 1 -------- Total Specifications: Current: 0.9 A constant, isolated from line current Frequency: 10 to 70 Hz in 10 Hz increments (to 140 Hz for 0.25 ms pulse) Pulsewidth: 0.25 to 1.5 ms in 0.25 ms increments. The Thymatron System IV is available with either 0.25 or 0.30 ms pulse width for ultra-brief stimuli, but not both. Duration: 0.14 to 8.0 s in increments of equal charge Maximum: 504 mC (99.4 J @ 220 ohm); 1008 mC (188.8 J @220 ohm) with double-dose option (where available) Recording 8 user-selectable gain positions for EEG channels (10, 20, 50, 100, 200, 500, and 2000 µV/cm) and EMG/ECG channels (50, 100, 250, 500, 1000, 2500, 5000 and 10,000 µV/cm) Requirements 100-130 volts A.C., 60 Hz, single phase. 100 VA./220-240 volts, 50/60 Hz switchable. Approvals CSA, CE, ISO 13485:2003, TUV, FDA, IEC 60601 Warranty and Support: This acquisition will cover the purchase, setup, and familiarization of the Electroconvulsive Therapy System. All accessories startup components will be provided by the contractor. A one (1) year warranty and maintenance are included with parts replacement/ labor support. The contractor will upgrade/install system software and train personnel on proper operational use for additional cost. The contractor will provide all necessary equipment/hardware, software, licenses, installation, and warranty/maintenance the Thymatron System manufactured by Somatics, LLC. We will opt to seek a single source purchase of the Thymatron System from Somatics, LLC. Warranty/Maintenance support services will be extend as indicated below: 5-year parts replacement 5-year labor and repair Initial Personnel Training Warranty repairs during the warranty period shall be completed within four eight hours of being reported. Warranty and Maintenance support services include the minimum requirements: Technician dispatch per requests for all part replacement Two business day (48) hour response upon receipt of notification Certified technician qualification All parts and labor included in contract Response Time: Contractor's field service representative shall respond with a phone call to the COR or his/her designee within one (1) hour after receipt of telephoned notification. If the problem cannot be corrected by phone, the field service representative shall commence work (on-site physical response) within forty-eight (48) hours of receipt of the first notification or as approved by the COR. All required repairs shall commence without undue delay. Delivery Location: Southeast Louisiana Veterans Healthcare System 2400 Canel St New Orleans, LA 70119 For any services performed on site, upon arrival at SLVHCS, the Contractor representative shall check in with the COR before performing any warranty/maintenance services. This check in is mandatory. After completing the services, the contractor s field service representative shall document services rendered on Contractor service report form. A legible signed service report shall be provided directly to the COR following completion of each call, and shall include equipment identification (i.e. EE#, serial number), date and time of service call, and a description of work accomplished. The report shall be signed or initialed by the COR or authorized representative. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Ayanna.Hamilton@va.gov. Please respond to this RFI no later than 09/14/2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/13f9cc2b40014d408b2c6a3bd12bdc8f/view)
 
Place of Performance
Address: Southeast Louisian Veterans Healthcare System 2400 Canel St New Oreleans, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN05792262-F 20200911/200909230150 (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.