SOURCES SOUGHT
R -- Clinical Equipment Market Research Services VISN 15
- Notice Date
- 1/23/2023 9:05:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523Q0129
- Response Due
- 1/31/2023 10:00:00 AM
- Archive Date
- 04/01/2023
- Point of Contact
- Michael Murphy, Contract Specialist, Phone: 913-946-1963
- E-Mail Address
-
michael.murphy7@va.gov
(michael.murphy7@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Scope of Work: Vendor will provide market research resources for healthcare decision makers for each facility in VISN 15. Vendor will provide a comprehensive service that supports healthcare facilities at every stage of the technology management cycle, from assessment to product selection, implementation, and maintenance, to decommissioning. Vendor will provide an easily searchable database that helps healthcare decision makers compare and make informed purchasing decisions for medical equipment. Vendor will provide services to review quotes for price fairness. Device Categories should include, but not be limited to: Primary Categories 1 Anesthesia Machine 2 Autologous Blood Recovery Systems 3 Automated Dispensing System 4 Bed 5 Bed Management Systems 6 Biopsy System 7 Blood Bank Automation 8 Blood Gas Analyzer 9 Bone Densitometer 10 Cardiac Stress Test System 11 Cardia Ultrasound (ECHO) 12 Cardio-Pulmonary Bypass System 13 Cardiology Management System 14 Cardiology PACS & Information Systems / CVIS 15 Cath Lab, Vascular, CV - Interventional X-ray 16 Catheter Guidance & Robotic Systems 17 Chemistry Immunoassay Analyzer 18 Chromatography & Mass Spectrometry Systems 19 Coagulation Analyzer 20 Computed Tomography (CT) 21 Contrast Media Injector 22 Cytology System 23 Defibrillator 24 Diagnostic Ultrasound 25 Digital Specimen Radiography 26 Electrocardiograph - ECG/EKG 27 Electrodiagnostic System 28 Electroencephalograph 29 Electromagnetic Navigation Bronchoscopy 30 Electronic Health Record 31 Electrophysiology 3D Mapping Technology 32 Electrophysiology Monitor 33 Electrosurgical Devices 34 Endoscopic Capsule Technology 35 Endoscopic Video System / Scope 36 Enterprise Resource Planning (ERP) Systems 37 Fetal Monitor 38 Financial Decision Support 39 Flat Panel Detector 40 Flow Cytometer 41 Food and Nutrition Management Systems 42 Hematology Analyzer 43 Hemodynamic and Physiological Monitoring 44 Hemoglobin Liquid Chromatography Analyzer 45 High Frequency Ventilator 46 Holter Monitor 47 Image Guided Surgery 48 Infant Care Equipment 49 Infusion Pump 50 Interactive Patient Communication 51 Intra-Aortic Balloon Pump 52 Intravascular Imaging - Ultrasound & OCT 53 Laboratory Automation 54 Laboratory Information System 55 Laboratory Microscope 56 Long Term Epilepsy Monitoring 57 Low-Temp Sterilizer and High-Level Disinfector 58 Magnetic Resonance Imager (MRI) 59 Mammography Information System 60 Mammography System 61 Manometry and pH Measurement 62 Metabolic Measurement System 63 Microbiology System 64 Mini C-Arm 65 Mobile C-Arm 66 Molecular Diagnostics 67 Molecular Imaging - Nuclear Medicine & PET 68 Nurse Call 69 Oncology Information System 70 OR Integration System 71 Patient Monitoring 72 Perinatal Information Systems 73 Patient Monitoring 74 Phaco - Vitrectomy 75 Pharmacy Automation 76 Picture Archive and Communication System (PACS) 77 Point of Care 78 Portable Radiographic System 79 Portable Ventilator 80 Protein Electrophoresis 81 Proton Therapy 82 Pulmonary Function 83 Radiation Treatment Delivery System 84 Radiographic Unit, Digital and Conventional 85 Radiography and Fluoroscopy 86 Real-Time Location Systems 87 Remote After-loader 88 Sleep Assessment 89 Staff Scheduling Systems 90 Steam Sterilizer 91 Stretcher 92 Surgical Light 93 Surgical Microscope 94 Surgical Multi-Purpose Laser 95 Surgical Power Instruments 96 Surgical Robots 97 Surgical Table 98 Telemetry Monitor 99 Temperature Management System 100 Time and Attendance 101 Tissue Ablation 102 Tissue Processor 103 TMR Laser 104 Treatment Planning System 105 Urinalysis System 106 Urological Imaging 107 Ventilator 108 Voice Processing 109 Washer, Decontaminator Performance Period: The performance period for the contract will continue for one year after contract award, with the availability of four option renewable years Facilities in VISN 15: Locations Address Kansas City, MO 4801 Linwood Boulevard Kansas City, MO 64128 Columbia, MO 800 Hospital Drive Columbia, MO 65201-5297 Eastern Kansas HCS (Topeka) 2200 SW Gage Boulevard Topeka, KS 66622 Eastern Kansas HCS (Leavenworth) 4101 SW 4th Street, Leavenworth, KS 66048 Wichita, KS (Dole) 5500 E. Kellogg Wichita, KS 67218 Marion, IL 2401 West Main Marion, IL 62959 Poplar Bluff, MO 1500 N. Westwood Blvd Poplar Bluff, MO 63901 St. Louis, MO (Cochran) 915 S Grand Blvd, Saint Louis, MO 63103 St. Louis, MO (Barracks) 1 Jefferson Barracks Dr., Saint Louis, MO 63125 VISN 15 1201 Walnut St, Kansas City, MO 64106 Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 01/31/2023, 1200 PM CST. Attention: Michael Murphy, Contracting Specialist. Email: Michael.murphy7@va.gov Please reference 36C255-23-AP-1019 in the subject line. Please provide your Unique Entity ID so that your organization can be identified in SAM.GOV and VetBiz if organization is claiming SDVOSB preference. Only organizations with an active SAM.GOV account can be considered. Utilize this link to either start a new registration or to renew the organization s registration. https://sam.gov/content/home
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c0eaca90ad34aeb90a72fe745491ce8/view)
- Place of Performance
- Address: VISN 15 Kansas City VA Medical Center 4801 East Linwood Boulevard, Kansas City 64128-2226
- Zip Code: 64128-2226
- Zip Code: 64128-2226
- Record
- SN06571100-F 20230125/230123230109 (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 |