SOURCES SOUGHT
65 -- 678-23-1-071-0001 36C262-22-AP-5998 Integration Room, Booms, Surgical Lights (VA-23-00002386)
- Notice Date
- 10/20/2022 5:20:25 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0056
- Response Due
- 10/26/2022 8:00:00 AM
- Archive Date
- 11/25/2022
- Point of Contact
- Alvizar, Edgar, Contract Specialist, Phone: 562-766-2244
- E-Mail Address
-
Edgar.Alvizar@va.gov
(Edgar.Alvizar@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential sources relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for Boom and light Products. This requirement is for delivery of the required supplies, no removal/installation is required at this time. The intended delivery is 90 days from award or less. Please indicate the current delivery timeframe for your product. Background: The equipment booms, surgical lights and OR integration in Buildings 57 & 50 at VA Tucson (SAVAHCS) needs to be replaced. Required Items: PRODUCT QTY Building #57: OPERATION ROOM (OR): 1, 3, 5 114"" Ceilings Lights: - Aurora 4 - Dual Surgical Lights. Brand Name or Equal. 6 OR: 7, 8 114"" Ceilings Lights: - Aurora 4 - Dual Surgical Lights. Brand Name or Equal. 2 OR: 9 114"" Ceilings Lights: - LFSAUA5 with 27""4k Monitor. Brand Name or Equal. 1 OR: 2, 10, 11, 12, 13 114"" Ceilngs Booms - Freedom: - OR - Mount A - Carrier, Monitor, Light. Brand Name or Equal. 5 Booms - Freedom: - OR - Mount B - Monitor and Dual Lights. Brand Name or Equal. 5 OR: 4 114"" Ceilings Booms - Freedom: - OR - Mount A - Carrier, Monitor, Light. Brand Name or Equal. 1 Booms - Freedom: - OR - In-light Camera - Monitor and Dual Lights. Brand Name or Equal. 1 Booms - Freedom: - OR - Perfusion Mount. Brand Name or Equal. 1 4k Integration and infield monitors - Building 57 Video Integration: Q-55002- LINX Integration. Brand Name or Equal. 5 Video Integration: Q-55002- LINX Integration OR(4). Brand Name or Equal. 1 Displays: - OR - 4k Monitors Package. Brand Name or Equal. 6 Building #50: Bronchoscopy Room 356: 120"" Ceilings Booms - Freedom: VA - Building 50 - Room 356 - Head Mount. Brand Name or Equal. 1 Booms - Freedom: VA - Building 50 - Room 356 - Foot Mount. Brand Name or Equal. 1 Video Integration: Q-55002-VA LINX 300 Room (356). Brand Name or Equal. 1 P1-915-46. Brand Name or Equal. 1 ST55810. Brand Name or Equal. 2 Cysto Suites (Rms 344, 346): 107"" ceilings *** LOW HEAD CLEARANCE *** Booms - Freedom: VA - Building 50 - Cysto Suites. Brand Name or Equal. 2 GI Suites (350, 351, & 353) 108"" Ceilings *** LOW HEAD CLEARANCE *** Booms - Freedom: VA - Building 50 - GI Suites. Brand Name or Equal. 3 GI Suites with Lights (348) 107"" Ceilings *** LOW HEAD CLEARANCE *** Booms - Freedom: VA - Building 50 - GI Suites with Lights. Brand Name or Equal. 1 ERCP Suite (Rm 357) 120"" Ceilings Booms - Freedom: VA - Building 50 - ERCP Suite. Brand Name or Equal. 1 Boom System Salient Characteristics: Boom arm assembly shall allow positioning of the Equipment Carrier to the patient shoulder area of both sides of the Operating Table. The Boom arm assembly should utilize Active Assist positioning and braking which will function automatically. Boom system shall not utilize a direct input (button or handle) to activate or disengage the Active Assist braking system. Soft Stop braking is required to avoid sudden stops and strain on the user and equipment. This designated Boom hub must have the ability to support a lighting fixture from the same single spindle. The complete Boom arm assembly must have two articulating arms, one upper arm and one lower arm. The Equipment Carrier must also articulate. All articulation points must rotate 360° minimum and secondary arms up to 360°. Center-Aligned carriers must be utilized to minimize the rotational footprint of the carrier in the room and evenly distribute carrier weight directly under the support tube. Must be able to mount up to 5 arms (or better) off 1 spindle. Each arm should nest within the arm above it so it does not impede rotation. Simulation testing must be completed for structural verification of the current boom mounts showing that the mounting plate does not deflect more than specified for each configuration. Must have a minimum of 31 of vertical travel for equipment and 46 for displays, on all height adjustable arms. The booms should have a physical barrier between the ""wet"" (suction, gases) and ""dry"" (electrical and communications) side. The equipment boom should have a minimum reach of 101.5"" from center of the hub to the center of vertical tube that supports the equipment carrier. The monitor boom should have a minimum reach of 93 from center of the boom hub to the center of the vertical tube that supports the monitor bracket. Lighting System Salient Characteristics: Lights must be able to be controlled via an RS232 connection (or fully compatible technology) via the OR integration system and be able to control intensity and color temperature as well as power. Surgical lights will have color temperature options of 4100° & 4500° K (or better) Surgical lights must have the ability to control intensity from both the wall control and via the in-light handle. The control handle shall be located within each lighthead and shall be easily removable for sterilization. The surgical lights should be able to accommodate non-proprietary, third-party rigid screw-in disposable handles as well as flexible condom-style covers over non-sterile rigid handles. The light system will have intensity control from 0-100% in 5 steps (or better) from the sterile center handle and the wall control. The Surgical Lighthead shall have non-sterile control focus control on the side of the Surgical Lighthead for the benefit of the circulating nurse. The pattern size in the focal range shall not be greater than 177 mm (7 inches) in diameter. The lighthead shall include a variable focus feature that will manipulate overlapping beams of light on the vertical plane via center sterile handle or camera cover without adjusting the lighthead position vertically. Each unit shall be readily removable from its wall box for servicing or replacement. The lower arm member shall pivot vertically to permit raising and lowering the lighthead with a range of 110°. The lighthead shall attach to the lower arm assembly through a system that allows lighthead rotation in all directions 360°continuously without the need to rotate the suspension arms. All rotational points in the light system must have 360° continuous rotation with no stops. All rotational points in the lighthead pitch and roll must have infinite rotation. The surgical light system must have the ability to be positioned at a 90° angle below the vertical adjustment point. Video Integration System Requirements: Vendor Neutral / Open Architecture: The Integrated OR system must give the hospital the flexibility to support any video or imaging vendor. System must work with medical imaging equipment, endoscopic cameras, PACS systems, Robotic imaging, C-Arms, navigation, physiological monitors, ultrasound, microscope, surgical light cameras, etc. The proposed integration system is not to be housed or installed in the Operating Room. Vendor must use existing electrical room 2217 for location of the integration racks. Must be able to locate the integration racks 300 way from the OR/clinical areas. Integration system must have RS232 connectivity for the purpose of controlling up to 4 infield surgical lights, Lighthead intensity - individually and simultaneously, must be able to change the color temperature. Sources and display devices shall be connected via all-fiber optic cabling (or fully compatible technology). The source faceplates shall accommodate video signals compliant with VESA standards. Each modality connects to the faceplate via the native device output format. The faceplate has on board technology that converts the electrical video signal to light for transmission over fiber optic cable. Must offer standard format faceplates, universal and multi-format faceplates. Each faceplate needs to have at least two LED s, the green LED indicates power to the faceplate and the amber LED indicates the connected modality is received by the system. Production software shall provide at least 16 presets that staff can use to quickly route the preset routing path as well as color preferences on any display. Presets shall be easily changed or created. Provide up to 32 presets that are not limited in text length. This allows for better description of the preset that can include specific details related to the clinical team and procedure. Clinical users of the integration system can create or edit presets by selecting the presets button on the touch panel. Then selecting the desired preset to be edited or created. Editing allows staff to rename the preset and select the routed source paths for the preset. Once a preset is established users only need to press the preset button and then press the desired preset in the pop up window. This will then route the desired modalities to the displays for that preset. The creation or editing of presets shall be done by clinical staff and does not require technical support or clinical engineering involvement to perform the preset process. Product shall include source detection at faceplate and integration touch panel. All source inputs and outputs shall display on one screen for ease of routing images without having to scroll through different screens. Need to provide a keyboard mouse switch to control PCs located inside the integration rack. System must have the ability to add additional 4k sources as the VA acquires new technology to improve patient care. Hold for off and 1 touch wake up feature must be included. Integration system includes as a standard with no additional cost a built in Signal test pattern generator and green technology Uninterruptable Power supply. These components must be internal not external to the integration system. The integrated OR system shall accommodate source device changes by changing the source input faceplate and / or changing the button name on the user interface. The integration system user interface will grey out inactive sources on the user touch panel interface to provide a more user-friendly control. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses 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 regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to edgar.alvizar@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday October 26, 2022 at 08:00 a.m. PST. 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/543c8d2531564896b20af3fc3508412d/view)
- Place of Performance
- Address: Tucson VA Medical Center 3601 S 6th Ave., Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN06499756-F 20221022/221020230059 (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 |