SOURCES SOUGHT
65 -- NX EQ Electrosurgical Unit Monopolar Bipolar (VA-23-00005738)
- Notice Date
- 11/28/2022 8:52:40 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G23Q0019
- Response Due
- 12/16/2022 6:00:00 AM
- Archive Date
- 01/05/2023
- Point of Contact
- Kever L Swafford, Contracting Officer, Phone: 713-794-7218
- E-Mail Address
-
kever.swafford@va.gov
(kever.swafford@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Electrosurgical Unit Monopolar/Bipolar product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. RF Electrosurgery is performed using a RF electrosurgical generator (also referred to as an electrosurgical unit or ESU) and a handpiece including one or two electrodes - a monopolar or bipolar instrument. All RF electrosurgery is bipolar so the difference between monopolar and bipolar instruments is that monopolar instruments comprise only one electrode while bipolar instruments include both electrodes in their design. The simplest explanation of the differences between these two methods is that with monopolar electrosurgery, the current passes from the probe electrode, to the tissue and through the patient to a return pad to complete the electric current circuit. In bipolar electrosurgery, the current only passes through the tissue between the two arms of the forceps shaped electrode (visualize the tip of a pair of tweezers.) The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Electrosurgical Unit Monopolar/Bipolar to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter indicate that each product being offered as an equal product to the Covidien/Medtronic ® Electrosurgical Unit Monopolar/Bipolar. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The quoter must also clearly identify the item by brand name (if any) and make/model number. Finally, the quoter must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Items Manufacture Part Number Description 0001 Covidien Medtronic VLFT10 Covidien/Medtronic ValleyLab FT10 Generator 0002 Covidien Medtronic VLFTCRT FT10 Generator Cart 0003 Covidien Medtronic UC8009 Universal Mounting Cart 0004 Covidien Medtronic UC8010 Overshelf Universal Cart 0005 Covidien Medtronic E6008 Standard Footswitch 0006 Covidien Medtronic E6009 Bipolar Footswitch 0007 Covidien Medtronic E6019 Bipolar Footswitch 0008 Covidien Medtronic E6008L Monopolar Footswitch 0009 Covidien Medtronic FT6009 Bipolar Resection Footswitch 0010 Covidien Medtronic E0502-1 Electro-Adapter 0011 Covidien Medtronic E0017 Universal Adapter 0012 Covidien Medtronic UC8011 Univ Cart Cord Management The Department of Veterans Affairs (VA) is seeking vendors who can provide Covidien/Medtronic ® Electrosurgical Unit Monopolar/Bipolar or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Vendors are asked to quote any additional product that may be beneficial. These items must be captured in the vendors pricing volume. CLIN 0001 Valleylab FT10 Generator---VLFT10GEN SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC Literature Map SC 1 Must provide RF energy for monopolar and bipolar surgical applications Literature Review Covidien/Medtronic User Manual 16, 24 Ethicon Operator s Manual 28 SC 2 Must supply the following Monopolar Cut Modes: Pure Cut---1-300 W Blend Cut 1-200 W Literature Review User Manual 19 Operator s Manual 28 SC 3 Must have multiple coagulation modes Literature Review User Manual 20 Operator s Manual 28 SC 4 Must Supply Multiple Bipolar Power Outputs Literature Review User Manual 78 Operator s Manual 28 SC 5 Must supply Auto-Bipolar Feature Literature Review Brochure 4 Operator s Manual 17 SC 6 Operating Voltage: 100 240 VAC Operating Frequency: 50-60 Hz Literature Review User Manual 133 Operator s Manual 28 SC 7 Must have system to monitor contact quality between the patient and patient return electrode. Literature Review User Manual 65 Operator s Manual 19 The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Medical Equipment and Supplies Manufacturing. and the associated size standard is 1000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute 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 notice. This Sources Sought is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company Unique Entity ID Number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to kever.swafford@va.gov. Please respond to this SS no later than December 16, 2022 @8:00 AM CST DISCLAIMER: This Sources Sought Notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b4ebe2a3f584561824f310675e12f52/view)
- Record
- SN06528926-F 20221130/221129060514 (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 |