Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOURCES SOUGHT

65 -- Smoke Evacuator Fleet Replacement

Notice Date
3/24/2022 12:36:31 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0433
 
Response Due
3/31/2022 12:00:00 PM
 
Archive Date
04/30/2022
 
Point of Contact
Ronnie Swailes, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
 
Awardee
null
 
Description
Department of Veteran Affairs Smoke Evacuator Fleet Replacement Request for Information (RFI) The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). This RFI is issued for the purpose of conducting capabilities and market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a proposal. The Department of Veterans Affairs is not at this time, seeking proposals or quotes and therefore will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing an acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or sensitive information contained in their response. This is a request for information only and does not obligate the Government in any way, nor does it commit the Government to a specific course of action. The Government is seeking as much information as possible and a complete response from industry to this RFI during this market research activity may assist the Government in developing an acquisition strategy and finalizing any Product description/salient characteristics. THERE IS NO SOLICITATION AT THIS TIME. IF YOU ARE AN SDVOSB, PLEASE STATE SO IN YOUR RESPONSE. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a brand name or equal Smoke Evacuator Fleet Replacement for the Baltimore VAMHCS, Baltimore, MD. BACKGROUND: Medical facility in need of Smoke Evacuator Fleet Replacement. LOCATION: Baltimore, VAMHCS, 10 N. Greene St, Baltimore, MD 21201 ITEM INFORMATION: Product Number Product Description Units of Measure Quantity 1000 1000 Mega Power Electrosurgical Generator Each 11 1300SJ 1300SJ Mega Cart with Top Shelf Each 11 MESE1 Mese1 Mega Vac Plus Smoke Evacuator with Laparoscopic Mode (includes power cord, 1m connector cable, Charcoal filter 2550J, Fluid trap 2555J, Manual) Each 11 2255J 2255J Megadyne RF Sensor Each 11 PERIOD OF PERFORMANCE: Deliver 30 days ARO STATEMENT OF WORK: 1. PURPOSE: The overall purpose of this requirement is to procure a fleet replacement for the electrosurgical units (ESU) to be deployed at the VA Maryland Health Care System (VAMHCS). These specific electrosurgical units will be utilized within the operating suites located at the Baltimore VA Medical Center. The requirement will account for the procurement of the electrosurgical units, smoke evacuators, RF sensors, a mobile cart to house all equipment, accessories, assembly, and validation. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics (Please see Salient Characteristics Document). Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the electrosurgical units, smoke evacuators, RF sensors, and mobile carts to be successfully installed and validated to their full potential. The contractor shall include accessories and consumables for initial deployment of the electrosurgical units and smoke evacuators. Contractor shall include accessories and consumables for: charcoal filters, fluid traps, and handpieces. The contract shall provide roll stands and associated assembly kits to ensure the potability of the machines. SALIENT CHARACTERISTICS: Eleven (11) Electrosurgical Generators that are technically equivalent to: Manufacturer: Ethicon (Johnson & Johnson Company) Model: Mega Power Electrosurgical Generator Must include multiple cut, coagulation, and bipolar modes Must include ability to change power settings for the optimum delivery of energy for different tissue types. Devices must have illuminated screens and buttons for ability to read in multiple OR lighting conditions Must include both Monopolar and Bipolar foot switches Accessories Manuals for operation Eleven (11) Mobile Carts with a top shelf that are technically equivalent to and compatible with: Manufacturer: Ethicon (Johnson & Johnson Company) Model: Mega Cart with Top Shelf Cart must be able to withstand the weight of all items listed on this procurement. Eleven (11) Smoke Evacuators that are technically equivalent to and compatible with the Electrosurgical Generator listed above (2.7.1): Manufacturer: Ethicon (Johnson & Johnson Company) Model: Mega VAC plus smoke evacuator W/ Laparoscopic Mode Must include the power cord, connector cable (at least 1M) Must have the option to turn on automatically when the electrosurgical unit is activated and include associated accessories to trigger the smoke evacuator to turn on automatically. Must include an option to use in laparoscopic procedures Accessories Charcoal filters Fluid traps Manuals for operation IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Programming of the electrosurgical units and smoke evacuators. Assembly of devices on roll stands. All materials required to assembly the electrosurgical units and smoke evacuators shall be provided by the contractor. TRAINING The contractor shall provide onsite training for the VAMHCS operating suite staff on the operation of the medical equipment. Biomedical Engineering training for the Baltimore VA Medical Centers Biomedical Equipment Support Specialists (BESS) on maintenance and operating procedures. DELIVERY The contractor shall deliver necessary equipment to the Baltimore VA Medical Center located at the following address below with at least a two week notice to the Biomedical Engineering team at the Baltimore VA Medical Center or the COR of this procurement. Baltimore VA Medical Center ATTN: Biomedical Engineering (5B-183) Brian Ogle 10 North Greene Street Baltimore, Maryland 21201 The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. This includes a two week notice from the vendor to the site detailing the delivery information of the equipment detailed in this procurement. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. This inspection will need to be scheduled prior to the vendor representative arrives to the Baltimore VA Medical Center. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. SITE CONDITIONS There shall be no smoking on hospital property at any time. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. Onsite education and training by a vendor service trained representative shall be provided to the VAMHCS Biomedical Engineer Shop, including the Biomedical Equipment Support Specialists (BESS). The scheduling of service training shall be coordinated with the COR or Lead BESS located at the Baltimore VA Medical Center after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum, the electrosurgical units and smoke evacuators must include a 1-year warranty on all parts and labor at no cost to the Government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. Contractors desiring consideration shall send an email directly to the Contract Specialist referencing the following in the subject field, VAMC Clarksburg Blowdown Valve. 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. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. All emails from interested parties must be received by 3:00 PM EST, March 31, 2022 Please send your email response to: Ronnie.swailes@va.gov This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aae240a3862e4aa1a3ef91f84e81f669/view)
 
Place of Performance
Address: Baltimore VAMHCS 10 N. Greene St., Baltimore 21201
Zip Code: 21201
 
Record
SN06278916-F 20220326/220324230114 (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.