Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2022 SAM #7660
SOURCES SOUGHT

65 -- Getinge GSS67N 51"" deep high capacity steam sterilizers (Delivery for VA Wilkes-Barre). This is Brand Name Only. This is not a request for quotes.

Notice Date
11/18/2022 10:51:17 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0159
 
Response Due
11/25/2022 1:30:00 PM
 
Archive Date
02/23/2023
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
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 8. Getinge GSS67N 51-inch deep high capacity Steam Sterilizer (Brand Name Only) INTRODUCTION/BACKGROUND: The Getinge GSS67N Steam Sterilizer holds up to twice as many standard instrument trays than other similar-sized units, doubling throughput in the same amount of space. The GSS67N Series Sterilizers are the ideal replacement unit for OR renovation projects where space is at a premium. The unit is also optimized for ambulatory surgical centers and the larger instrument sets required for orthopedic surgeries. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Wilkes-Barre VA Medical Center hereby referred to as the Wilkes-Barre VAMC, is requesting the Brand Name only acquisition of the following: Two (2), P/N 6028457770, Getinge GSS67N 51-inch-deep steam sterilizers MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See Paragraph 3.4 Table 1 for requirement Salient Characteristics for Brand Name Getinge GSS67N The only sterilizer that can process 12 Trays in given footprint with integral steam boiler. The only sterilizer that can process 12 Trays with an Integral electrical steam generator. An automatic, electrically heated steam generator mounted under the sterilizer chamber. The steam generator pressure vessel is made of stainless steel. Validated for 25 pound sterilizer tray loads The Getinge GSS67N Series Sterilizer is compliant with AAMI ST8 for processing wrapped tray sets up to 25 pounds each. This means that productivity can increase without risking SPD staff health or patient safety. CENTRIC colored touch screen HMI display Local printing, USB storage and network printing available Rectangular chambers assure maximum loading area from the top to the bottom. Type 316L stainless steel chamber, jacket and doors provide superior corrosion resistance and structural integrity backed by 15-year chamber warranty. Chamber interior polished to a high-luster finish to reduce build-up of steam-water deposits Chamber and door constructed of 316L stainless steel Power operated vertical slide door Stainless steel piping standard Liquid ring mechanical vacuum pump optional All components easily accessible for maintenance from front and side Clean, modern design helps ensure long-term aesthetic appeal for every work environment Steam interlock door switch Prevents steam from entering the chamber when the door is not sealed. Steam safety valves Ensure that the pressure in the chamber and/or jacket do not over-pressurize. Door obstruction shut-off Safety stops the door movement if an obstacle is encountered. Analog chamber gauges Needle-style gauges provide real-time pressure readings in the jacket and chamber even in the event of a micro-computer control system outage. Parameter check The control system verifies all user programmed cycle parameters against time / temperature sterility assurance level recommendations. A warning appears if user s attempt to program a cycle beyond recommended parameters. Password protected menu tree All levels of cycle changes and parameter adjustments require supervisor password or service password. Abort alert Aborted cycles result in a warning message that requires user intervention before the chamber can be re-opened. The sterilizer is equipped with a set of pre-programmed programs (cycles). The included programs are: Prevac programs are suitable for sterilizing devices not sensitive to vacuum. P1. Prevac 1 135°C - Sterilization of wrapped instruments and wrapped utensils.3 minutes exposure time, 16 minutes drying time. P2. Prevac 2 135°C - Sterilization of textile packs. 3 minutes exposure time, 3 minutes drying time. P3. Prevac 4 132.2°C - Sterilization of wrapped instruments. 4 minutes exposure time, 30 minutes drying time. P4. Prevac 5 132.2°C - Sterilization of textile packs. 4 minutes exposure time, 5 minutes drying time. P9. IUSS 1 135°C - Immediate Use Steam Sterilization: Unwrapped nonporous items (e.g., instruments) or Unwrapped nonporous and porous items in mixed load. 3 minutes exposure time, 1 minute drying time. Note! Steam sterilization by the unwrapped (IUSS) method is employed when immediacy does not permit the use of the preferable wrapped sterilization procedure. Implantable devices should NOT be sterilized by the IUSS method. Gravity programs are suitable for sterilizing devices that are sensitive to vacuum or where vacuum pretreatment is not useful. P6. Gravity 1 121.1°C - Sterilization of wrapped instruments, textile packs and wrapped utensils. 30 minutes exposure time, 45 minutes drying time. P7. Gravity 2 135°C - Sterilization of utensils, textiles, rubber, porous load, and other hard goods. 10 minutes exposure time, 45 minutes drying time. P8. Gravity 3 132.2°C - Sterilization of wrapped instruments and wrapped utensils. 15 minutes exposure time, 45 minutes drying time. P10. IUSS 2 135°C - Immediate Use Steam Sterilization: Unwrapped nonporous and porous items in mixed load. 10 minutes exposure time, 0.5 minute drying time. P11. IUSS 3 132.2°C - Immediate Use Steam Sterilization Unwrapped nonporous items (e.g., instruments). 4 minutes exposure time, 1 minute drying time. Note! Steam sterilization by the unwrapped (IUSS) method is employed when immediacy does not permit the use of the preferable wrapped sterilization procedure. Implantable devices should NOT be sterilized by the IUSS method. Liquid load program intended for sterilization of liquids in open or vented containers only, not intended for the sterilization of liquids used directly for patient contact. P12. Vented Bottles 121°C - Sterilization of liquids in open or vented containers. 45 minutes exposure time. Test and service programs are designed to test different sterilizer functions or to automate procedures like start up. P5. Bowie Dick Test - Intended to test the efficacy of the air removal within the sterilizer using a validated test pack. 134°C, 3.5 minutes exposure, zero dry time. P14. Sterilizer start up - Sterilizer heating-up, with or without integrated leak rate test, at a set time. P13. Leak rate test. For testing the vacuum integrity of the chamber and piping associated with drawing and holding vacuum. Vacuum leak test parameters are not adjustable. Supplemental Installation items: Data drops and TDOC software for connectivity from Getinge NetCom card to Censitrac server and Getinge Online remote monitoring system. Getinge Poly-Phosphate feeder filters for steam boilers Technical Specifications GSS67N Model length: 51 in. (1300 mm) Type: Gravity and vacuum steam Chamber width: 26.5 in Chamber height: 27.5 in Chamber volume 21.5 Cu Ft Table 1 Line No. Part No. Description Qty 0001 6028457770 STEAM STERILIZER 67N131A 1 0002 ZSUSONLINEPREM10 GETTINGE ONLINE SUBSCRIPTION 1 0003 ZSUSONLINEINST10 GETINGE ONLINE INSTALLATION 1-30 UNITS 1 0004 CONNKIT0002 UTILITY CONNECTION PACKAGE 1 0005 DCY24 DATA LOG GETINGE GI STERILIZER 1 0006 TDCY32 PROCESS DATA EXPORT MODULE 1 0007 ZSUSTDOCINSTALL T-DOC INSTALLATION PER HOUR 1 0008 ZSUSTDOCINSTALL T-DOC INSTALLATION PER HOUR 1 0009 ZSUSLUA-I-NETCOM NETCOM INSTALLATION 3 HOURS 1 0010 J60016 T-DOC PLUS SLA DL 1 0011 564600470 RAILS FOR SHELF RACK 66/67X13 1 0012 564603470 SHELF RACK 67X13 1 0013 564604470 PAIR OF SHELVES 67X13 1 0014 6020720674 LOADING TROLLEY SMART FHT 67X13 1 0015 P0010301 CPRSR,AIR,2.0HP,5.0CFM,AT100P 1 0016 P0010302 VALVE DRAIN, 25 NPT, 25 AMP 1 0017 ZSUS15626-IR-GSS67 INSTALL/REMOVE GSS67 STERILIZER 1 0018 ZSUSDISPOSAL DISPOSAL PER PIECE 1 1 0019 ZSUSFINAL-CONN-LV1 FINAL CONNECTIONS LEVEL 1 1 0020 ZSUSINTSTAL-WKD-XHR WEEKEND/AFTERHOURS (PER PIECE) 1 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: Tami Schiel Phone Number: 570-824-3521x27363 Email: tami.schiel@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 Wilkes-Barre (693). 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 1000 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 UEI 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, 16:30 PM Eastern Standard Time (EST) on November 25, 2022. 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://sam.gov/opp/40f8531e2f8e4b5c980413080b41d9a3/view)
 
Place of Performance
Address: Department of Veterans Affairs Wilkes-Barre VAMC 1111 East End Blvd, Wilkes-Barre 18711-0030, USA
Zip Code: 18711-0030
Country: USA
 
Record
SN06522483-F 20221120/221119211741 (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.