SOURCES SOUGHT
65 -- Medtronic Pillcam Recorder DR3 X1 (Delivery for VA Philadelphia) Brand Name Only (This is not a request for quote)
- Notice Date
- 12/10/2021 2:42:19 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0189
- Response Due
- 12/17/2021 1:30:00 PM
- Archive Date
- 03/17/2022
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800x203443
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@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. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 6. Medtronic PillCam Recorder DR3 X1 (Brand Name Only) INTRODUCTION/BACKGROUND: The Department of Veterans Affairs, VISN 04, Philadelphia VA Medical Center Philadelphia, PA hereby referred to as the VAMC Philadelphia (642), is requesting the Brand Name only acquisition of the following: Four (4) FGS-0347 Pillcam Recorder DR3 X1 Four (4) FGS-0590 Pillcam Sensor Belt MS SB MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: ======================================================================== Draft Statement of Need (SON) Medicine Service/Gastroenterology Division Department of Veterans Affairs Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Ave. Philadelphia, PA 19104-4551 General Description DRAFT The GI Division at the CMCVAMC currently preforms Capsule Endoscopy that assist physicians in visualizing patient s intestine in an area that isn t easily reached with endoscopic procedures. The PillCam Recorder is a recording device with a built- in real-time viewer, which is worn by the patient during the PillCam procedure. Following the procedure, the physician downloads the images from the PillCam recorder for interpretation. Supplies/Services PillCam Software supports PillCam capsule endoscopy products (PillCam SB, COLON, ESO, and Patency) in all their phases: patient check-in, Data Recorder initialization, copying data from the Data Recorder, video creation and viewing, generation of a Capsule Endoscopy Report, and study file management. It also allows users to securely record and analyze data taken from a patient`s gastrointestinal tract via PillCam. In addition, PillCam Capsules are required to do the procedure. The capsules procured separately. The contractor (Medtronic) works with CMCVAMC Biomedical unit to set-up and install and configure the PillCam Recorder. Biomedical has the responsibility to ensure proper tagging and safety of equipment. The contractor is supervised by CMCVAMC Logistics and Biomedical for equipment install. Typically, this work is performed during normal business hours, Monday through Friday between the hours of 8:00 AM to 4:30 PM. Maintenance and inspection of the recorders and parts will be the responsibility of Biomedical unit. Equipment The contractor is required to meet HAZMAT, OSHA, or federal safety policies or requirements. The product is FDA approved. Requirement Table Line Item Part No. Description Qty 0001 FGS-0347 Pillcam Recorder DR3 X1 4 0002 FGS-0590 Pillcam Sensor Belt MS SB 4 Salient Characteristics Pillcam Recorder Active steering of capsule frame rate Real time viewing of the examination with color LED display Audio and visual alerts to remind the patient of the next procedure steps Integrated rechargeable battery Pillcam Sensor Belt Very comfortable Easier and more convenient procedure for the medical staff No need for shaving, skin preparation or adhesive pads reduces preparation and post procedure time Specifications Software: Proprietary firmware Recording Capacity: Up to 15 hours @ LCD OFF Weight: 500 g, including battery pack Operational Power: 3.5 4.2 V DC, 0.15 0.5 A Battery Type: Internal, Li-Ion, 3.8 V typical, 8800 mAH Operating Temperature: 0 40°C Storage Temperature: 0 55°C Storage and Operating Humidity: Up to 85% Storage and Operating Pressure: 790 520 mmHg Receiver (RX) Operating Frequency: 434.1 MHz Transmitter Operating Frequency:13.6 MHz DRAFT Frequency Band: ISM Modulation Type: Linear Chirp Type of Modulated Signal: Digital data Effective Radiated Power: -27.4 dBm Period of Performance Installation and Warranty Period End of Draft Statement of Need ======================================================================== The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Mirian Solivan Phone Number: 215-823-4621 Email: mirian.solivan@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Philadelphia (642). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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) 334510 (size standard of 1250 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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 subcontracted work and completion of job. 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. 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? 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. 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? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your DUNS number. 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 allan.tabliago@va.gov no later than, 4:30 PM Eastern Standard Time (EST) on December 17, 2021. 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, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM 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 Officer at allan.tabliago@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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6c07d78e281d487bb7c1868941a2c18c/view)
- Place of Performance
- Address: Department of Veterans Affairs Philadelphia VAMC 3900 Woodland Ave., Philadelphia 19104-4551, USA
- Zip Code: 19104-4551
- Country: USA
- Zip Code: 19104-4551
- Record
- SN06196041-F 20211212/211210230112 (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 |