SOURCES SOUGHT
Q -- Locum - MOBILE LITHOTRIPSY SERVICES - 621 36C249-20-AP-3941 - 621-21-1-162-0001
- Notice Date
- 10/15/2020 11:05:03 AM
- Notice Type
- Sources Sought
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0014
- Response Due
- 10/26/2020 2:00:00 PM
- Archive Date
- 02/02/2021
- Point of Contact
- Carol Franklin, daniel.earls@va.gov, Phone: 615-225-5407
- E-Mail Address
-
dana.dixon@va.gov
(dana.dixon@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. BACKGROUND: Contractor shall provide rental of surgical subspecialty laser equipment and factory-trained Certified Medical Laser Safety Officer (CLSO or CLSO-M) assistant for the Operating Room and Emergency Room at James H. Quillen VA Medical Center (JHQVAMC), Corner of Veterans Way & Lamont Street, Mountain Home, TN 37684, in accordance with all terms, conditions, provisions, and the schedule of this solicitation. The required equipment shall be as follows: a) Holmium: Lasers (both 20 watt & 100 watt) as back-up units in the event the VA-owned Holmium Laser is unavailable*; b) GreenLight XPS Laser System (180 watt); c) Aura XP Laser System; d) CO2 Flex Fiber Laser System; and e) CO2 Laser System Free Beam. *The CLSO/CLSO-M-certified assistant shall be required to use the VA-owned Holmium Laser (100 watt) and fibers manufactured specifically for use with this laser and purchased by the VA. In the event the VA-owned Holmium Laser is not available (e.g., out for preventative maintenance or repair), the CLSO/CLSO-M-certified assistant shall be required to use the contractor-owned Holmium Lasers with the manufacturer-specified fibers purchased by the VA. Under no circumstances are third-party manufactured fibers to be used at JHQVAMC with either the VA-owned or contractor-owned Holmium Lasers. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 621512 and sized standard is $16.5MIL. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry https://www.va.gov/osdbu/. Project requirements: This requirement shall combine Standard lithotripsy care and emergency lithotripsy care into a single contract. Laser Assistant(s) performing the services covered by this contract shall be factory-trained and CLSO/CLSO-M-certified, and shall present a record of credentials and competencies for approval, to be placed on file in the Operating Room. The qualifications of the Laser Assistant(s) shall be subject to review by the JHQVAMC Attending, and approval by the JHQVAMC Chief of Surgery Service. The Contracting Officer will be notified prior to any changes in personnel. VA reserves the right to approve or disapprove the assignment of individual personnel furnished by the contractor to perform the functions specified in the task order. The personnel assigned by the contractor must complete VA credentialing process as required. Personnel assigned by the contractor to perform the services must be U.S. Citizens and have current licensure/certification in good standing with the U.S. Personnel assigned by the contractor to perform the services covered by this task order shall be proficient in written and spoken English (38 USC 7402). Services shall be provided as soon as possible after notice of contract award and upon completion of all required Credentialing and Background Investigations (as applicable). JHQVAMC will make every attempt to notify the Contractor as soon as possible when procedures are cancelled and/or rescheduled to release the contract employee. In the event of an emergency or unanticipated absence, the notification period will be less and the contractor will be expected to provide coverage within two days of notification. Contractor will make every effort to maintain consistency of assigned staff at the VA at all times for training, security, and continuity purposes. SCOPE OF STANDARD CASEWORK: The contractor shall provide the following equipment, or approved equal, on a case-by-case, as needed, basis: Holmium Laser System, 20 watt: Laser, medium beam, 2100 nm wavelength, beam-focusing mechanism, 650 nm wavelength diode laser visible red-aiming beam, American National Standards Institute (ANSI)-standard laser safety glasses and goggles, laser safety signs, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. Holmium Laser System, 100 watt: Laser, medium beam, 2100 nm wavelength, beam-focusing mechanism, 650 nm wavelength diode laser visible red-aiming beam, ANSI-standards laser safety glasses and goggles, laser safety signs, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. GreenLight XPS Laser System, 180 watt: Laser with XPS Fiber, ANSI-standard laser safety glasses, laser safety signs and goggles, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. Aura XP Laser System, 15 watt: Laser, 532 nm pulsed wavelength, fiber delivery system, ANSI-standard laser safety glasses and goggles, laser safety signs, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. CO2 (Carbon Dioxide) Flex Fiber Laser System, 40 watt: Laser with 10.6 micron infrared wavelength, up to 5mW red diode laser, 635 nm, fiber delivery system, ANSI-standard laser safety glasses and goggles, laser safety signs, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. CO2 (Carbon Dioxide) Laser System: Laser, free beam, 10,650 nm wavelength, continuous wave, ANSI-standard laser safety glasses and goggles, laser safety signs, delivery and set-up system, CLSO/CLSO-M-certified assistant to operate system. CLSO/CLSO-M-certified assistant to operate VA-owned 100 watt Holmium Laser with VA-purchased fibers. Stand-by/Cancellation charges for items 1-7, above. If VA physician performing procedure determines that the use of the laser is not required, a stand-by/cancellation charge will be incurred when CLSO/CLSO-M- certified laser assistant and laser are in the Operating Room. PROVISION OF EMERGENCY SERIVCES: For emergency services, Contractor shall include a minimum of one (1) up to two (2) Lithotripsy Technologist(s) (as needed) and Mobile Lithotripsy Equipment services to perform ultrasound shock wave treatments to dissolve kidney stones and other calculus formations for VA Beneficiaries at the JHQVAMC. The VA anticipates that an average of five (5) Veteran beneficiaries will be treated per scheduled lithotripsy event. Anticipated period of performance: January 1, 2021 through December 31, 2021, and shall include four 1-year option periods. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Associated contract vehicles (i.e. GSA/FSS); (4) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Provide any other information that may be helpful in developing or finalizing the acquisition requirements. Please e-mail your response with the above information to daniel.earls@va.gov or to dana.dixon@va.gov with the subject line ""Sources Sought Notice 36C24921Q0014 by 4:00 p.m. on October 21st, 2020 at 4:00 PM Central Time. Any question should be emailed to daniel.earls@va.gov or to dana.dixon@va.gov with the subject line ""Sources Sought Notice 36C24921Q0014 . Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4cb115b4160944a99c069667c339ddb8/view)
- Place of Performance
- Address: Mt. Home VA Medical Center Mt. Home (Johnson City), TN 37684, USA
- Zip Code: 37684
- Country: USA
- Zip Code: 37684
- Record
- SN05829103-F 20201017/201015230141 (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 |