Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2023 SAM #7724
SOURCES SOUGHT

65 -- Brand Name Only - MICROAIRE PAL-650 Liposuction Machine and accessories. This is not a Request for Quote

Notice Date
1/18/2023 12:17:49 PM
 
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
36C24423Q0349
 
Response Due
1/25/2023 1:00:00 PM
 
Archive Date
03/26/2023
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
STATEMENT OF NEED BACKGROUND: The Corporal Michael J. Crescenz VA Medical Center, located at 3900 Woodland Avenue, Philadelphia PA 19104 is looking to procure a Brand Name only MICROAIRE PAL-650 liposuction machine, cart, and accessories for our Plastic Surgery section. The most popular form of liposuction is the tumescent liposuction, which is more effective, safer, and less painful than traditional liposuction with a quicker recovery time. Liposuction can be used to improve the quality-of-life in patients with disabling medical conditions. Such conditions are lymphedema, benign adipose tissue disease, radiodermatitis, re contouring skin flaps from previous procedures and breast reconstruction. DESCRIPTION AND SCOPE OF NEED: The contractor shall furnish BRAND NAME only equipment. These items are utilized for various surgical liposuction procedures. SPECIFICATIONS: LINE PRODUCT DESCRIPTION QTY 1 ASP-1021 Lipotower Tumescent Liposuction Device w/Surgical Cart 1 2 ASP-CBL-5020 Lipo Tower Integration Cable 1 3 PAL-650 Power Assisted Liposuction (PAL) Handpiece 2 4 5020 PAL Electric Console 1 5 5006-PAL PAL Instrument Cable 2 6 PAL-R407LS Helixed Tri-PortIII 4.0mm x 22cm, 10mm Port Multi Usage 2 7 PAL-R408LL Flared Mercedes 5.0mm x 30cm, 10mm Port, Multi-Use 2 8 PAL-R508LLB Bent Flared Mercedes 5.0mm x 30cm, 10mm Port, Multi-Use 2 9 PAL-R505LL Double Mercedes 5.0mm x 30cm, 10mm Port, Multi Use 2 10 PAL-R405LL Double Mercedes 4.0mm x 30cm, 10mm Port, Multi Use 2 11 PAL-R302LL Tri-Port II 3.0mm x 30cm, 8mm Port, Multi Use 2 12 PAL Sterilization Case 2 13 PAL Washer Disinfector Cap 2 14 PAL Aspiration Tubing 2 15 Infiltration Tubing 1 16 Vacuum Tubing 1 17 LipoTower BioFilter Assembly 1 DELIVERY: Contractor shall deliver all equipment to the Corporal Michael J. Crescenz VA Medical Center, 3900 Woodland Avenue, Philadelphia PA. 19104 Delivery must be completed by August 2018. All work shall be completed between 8:00a.m.and 4:00p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM site. The Contractor shall coordinate all deliveries, staging areas, and parking arrangements with the VA Police and Warehouse The Contractor shall remove all related shipping debris and clean-up any construction associated with delivery of the specified items. Contractor shall remove all packing from the Corporal Michael J. Crescenz VA Medical Center premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. SITE CONDITIONS: There shall be no smoking, eating, or drinking inside the hospital at any time. INSPECTION AND ACCEPTANCE: The warehouse shall receive all equipment prior to Biomedical Engineering inspecting the equipment Disputes shall be resolved by the Contracting Officer DELIVERY/STORAGE REQUIREMENTS: Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair Deliver specified items only when site is ready Store equipment in dry condition inside facility Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government DELIVERABLES: Operation and Maintenance Manuals Binders (1) each Digital (1) each IF AVAILABLE Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packed in binder(s) The vendor must provide preventive maintenance services, or preventive maintenance training to Users and Biomedical Technicians when appropriate, to meet at minimum Joint Commission standards. OPERATOR TRAINING: Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system Scheduling of all training shall be coordinated with the Corporal Michael J. Crescenz VA Medical Center after delivery is complete WARRANTY: The Contractor shall provide at a minimum of a one-year manufacturer s warranty on all parts and labor The warranty shall include all travel and shipping costs associated with any warranty repair. SECURITY REQUIREMENTS: Security package note required Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Instructions The information identified above is intended to be descriptive, of the Brand Name only MICROAIRE PAL-650 liposuction machine and accessories 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) 339113. 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? (4) 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). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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. (8) 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. (9) 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? (9) 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. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on January 25, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0349 in the subject of the email response. 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 Contract Specialist, David Santiago. 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. If a solicitation is issued, information will be posted on the beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. 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 Contract Specialist at david.santiago2@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/04546123915846359a4430c688807a28/view)
 
Place of Performance
Address: Corporal Michael J. Crescenz VA Medical Center Philadelphia VA Medical Center 3900 Woodland Avenue,, Philadelphia, 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06567328-F 20230120/230118230111 (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.