SOURCES SOUGHT
65 -- Brand Name or Equal - Ultrasound System (bk5000) BK Medical Company Holdings
- Notice Date
- 7/31/2021 12:52:22 PM
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25621Q1598
- Response Due
- 8/4/2021 1:00:00 PM
- Archive Date
- 09/03/2021
- Point of Contact
- Sheila Reed, Contracting Officer, Phone: sheila.reed@va.gov, Fax: N/A
- E-Mail Address
-
sheila.reed@va.gov
(sheila.reed@va.gov)
- Awardee
- null
- Description
- THIS IS A REQUEST FOR INFORMATION (MARKET SURVEY) NOTICE ONLY, NOT A SOLICITATION AND SHOULD NOT BE CONSIDERED AS SUCH. The Government will not pay for any information received in response to this notice, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This notice does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purpose only and will not be released. Vendor participation is not a promise of future business with the Government. The purpose of this notice is to conduct market research to assist the Government in crafting an appropriate solicitation. ULTRASOUND EQUIPMENT Brand Name or Equal BK Medical Holding Company, Inc. (brand name) The Central Arkansas Veterans Healthcare System in Little Rock, AR is seeking to purchase brand name or equal Ultrasound System, accessories and training. The brand name bk5000® Ultrasound System by BK Medical Holding Company, Inc. This system is needed to replace outdated/end of life system. The probes shall be compatible for use with the Da Vinci robotic equipment. The Government intends to award a firm-fixed priced contract. Please see the below list of items: Item# Description Quantity 2300-51 bk5000 Ultrasound System TriCore Architecture with Ultra High Resolution Imaging and Doppler Accelerated System Control & Advanced Transducer Technology Synthetic Transmit Aperture No Touch Autogain & Application Specific Presets -Wi-Fi & 1 UA1370 Basket included 1 UA2604 Urology Procedural Application Advanced (Prostate, Abdomen, and Small Parts) includes Auto Optimization Algorithms, Optimized Presets, Measurements, Calculations, Worksheets and Reports 1 UA2363 HPB Surgery Procedural Application includes Auto Optimization Algorithms, Optimized Presets, Measurements, Calculations, Worksheets and Reports 1 UA2364 Laparoscopic & Robotic Surgery Procedural Application includes Auto Optimization Algorithms, Optimized Presets, Measurements, Calculations, Worksheets and Reports 1 UA2389 DICOM standard with Encryption 1 9018 E14C4t, Triplane Endocavity Transducer Transrectal & Transvaginal 7 9026 X12C4 Drop-In Transducer Intra Operative 1 UA1414 Leakage Test Kit for the 9xxx Transducers, ensuring full submersion, washing machine, and sterilization compatibility of the 9xxx transducers including connector housings 1 UA2360 Flexible endotransducer holder Holds 2 endo transducers 1 UA2436 Reprocessing Trays for X12C4 (9026) and 8826 1 UA2443 Reprocessing Tray for E14C4t (9018)/ 8818/ 8808e/ 9008 7 UA1328 Reusable Dual Biopsy Guide for 8818 Transducer 7 Item Description Quantity Apps Application Training Days Applications Training On-Site clinical education is provided by our registered ultrasound sonographer to be completed within 60 days of purchase. 3 UA1329-S Disposable Dual Guides for 8818/9018 Transducer (18 pcs) 1 FOB Destination to: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive Warehouse, Bldg. 182 North Little Rock, AR 72114 Potential sources responding to this sources sought request shall submit the following information at a minimum: Company name, address, point of contact and phone#, DUNS, business size and socio-economic category Capability statement and product literature/brochures demonstrating ability to meet all of the requirements/salient characteristics listed if other than the brand name product is being offered If not the manufacturer, only authorized representative/providers/distributors of the manufacturer will be considered. Proof of authorized dealer or reseller letter from manufacturer. NO REFURBISHED OR GRAY MARKET ITEMS WILL BE ACCEPTED. The NAICS Code for this procurement is 335999 small business size standard is 500 employees. This is a brand name or equal sources sought. 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 notice; 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. Potential sources are to respond via email only to the Contracting Officer, Sheila Reed at Sheila.reed@va.gov no later than 3:00pm (central) August 4, 2021. Include the following in the email subject line: RFI# 36C25621Q1598 Ultrasound . This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. This notice is to assist in determining sources only. There is no solicitation currently available. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside, sole source award or any other guarantee of award strategy. All information is to be provided on a voluntary basis and at no charge to the Government. 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. In accordance with FAR 15.201(e), 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2ced2ee913c94a32a243eba9c036419c/view)
- Place of Performance
- Address: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive Warehouse, Bldg. 182 North Little Rock, AR 72114, USA
- Country: USA
- Country: USA
- Record
- SN06080541-F 20210802/210801201616 (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 |