Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOURCES SOUGHT

65 -- Requirement for supply and service for video colposcope with digital cervical mapping capabilities; and colposcope accessories

Notice Date
4/26/2023 1:59:45 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941023RFI0003
 
Response Due
5/9/2023 11:00:00 AM
 
Point of Contact
Jennifer Collins, REAGAN PABLO, Phone: 7262030071
 
E-Mail Address
jennifer.e.collins23.civ@health.mil, reagan.s.pablo.civ@health.mil
(jennifer.e.collins23.civ@health.mil, reagan.s.pablo.civ@health.mil)
 
Description
Video Colposcope with digital cervical mapping, and Maintenance Naval Health Clinic Oak Harbor, WA The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 339113 � Surgical appliance and Medical Supplies Manufacturing with a size-standard in number of employees of 750. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small business to include, but not limited to, 8(a), Service-Disabled Veteran-Owned, HubZone, and Woman-Owned Small Business concerns. The DHA Contracting Activity, Western Market Contracting Division has a requirement for procurement of quantity two (2) digital video colposcope, an acetic acid applicator, quantity one (1) small reusable �speculum, quantity four (4) medium speculums, quantity two (2) large wide speculums, and quantity two (2) large wide offset speculums for Naval Health Clinic (NHC) Oak Harbor.� The required colposcope will further assist in treating and diagnosis at NHC Oak Harbor.� �� Table 1: NHC Oak Harbor requirement Product Description Qty Digital Colposcope� with cervical mapping capability 2 Acetic Acid Applicator, 4 quarter subscription 1 Reusable Speculum (Small) 1 Reusable Speculum (Medium/Narrow) 4 Reusable Speculum (Large/Narrow) 2 Reusable Speculum (Large/Wide Offset) 2 Extended 1 year Warranty 2 The Contractor shall provide quantity two (2) colposcopes and specified speculums shall have the ability to record and map cervix during procedure.� The system shall quantify acetowhitening and measure speed, intensity, and duration.� It shall calculate dynamic curves and assign distinct colors, which assists the clinician in identifying potential areas for concern for further evaluation.� The system shall not only identify possible cancerous markings, but it will also capture the data for further investigation for collaboration with a specialist.� The video colposcopes will be located at the NHC Oak Harbor Women�s Health/OBGYN, 3475 North Saratoga Street, BLDG 993, Oak Harbor, WA 98278. �All supplies, maintenance and technical services must be in accordance with all federal, state, and local laws, to include all regulations, manufacturers recommended standards, and commercial requirements.� The Contractor must be able to comply with the Defense Health Agency Logistics Cybersecurity/Risk Management Framework Requirements (enclosure 1) for the specific model of system being submitted for our consideration. The contractor shall maintain, replace, repair, and provide supplies as required in order to ensure the equipment is fully operational and within manufacturer specifications. Contractor maintenance personnel shall be certified and fully qualified to install, service, maintain, and operate equipment and conduct tests according to the manufacturer standards. The Contractor shall provide qualified, certified technicians, test equipment, tools, and materials to perform troubleshooting, repair, preventative maintenance, software upgrades, firmware upgrades, operational checks, and adjustments to on-site equipment in order to ensure the equipment is fully operational and within manufacturer specifications at all times. The Contractor shall perform two regularly scheduled preventative maintenance (PM) inspections per Period of Performance on the equipment provided. These inspections will be performed as scheduled with NHC Oak Harbor and shall be documented, with a copy of that documentation being provided to the assigned government representative. The Contractor is responsible for all repair costs to include parts and labor for the equipment provided. The Contractor shall respond to emergency issues within 24 hours of notification of malfunction. The Contractor shall provide a toll-free contact number for regular business hours help line calls from 8:00 AM � 5:00 PM, Monday-Friday, to answer technical questions, quality concerns, and maintenance/repair scheduling. The Contractor shall provide toll-free remote telephone support seven (7) days a week, 24 hours a day for diagnosing problems, delivering technical assistance to resolve complex equipment issues, and scheduling/responding to emergency repairs. The Contractor shall provide training for government personnel. (Two people upon analyzer implementation, and one person each subsequent contract time-period/year per analyzer module). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Contractors responding to this sources sought notice are advised their responses does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this market research. Interested parties should e-mail to Jennifer Collins, Contract Specialist at jennifer.e.collins23.civ@health.mil by the date identified below. Contractor responses shall include: The size of your business with regard to the North American Industry Classification System (NAICS) Code 339113 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at https://www.acquisition.gov/far). If you believe this service should be performed under a different NAICS code, please recommend an alternate NAICS code and the rationale for the alternative code. Recommended Bid schedule (Contract Line Item) and invoicing recommendations. Company name, SAM UEID, Cage Code, Contact information. Capability narrative to meet the requirements including tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request sources to submit more than the minimum information necessary.] Limit narrative to 1 page (two-sided, 8.5� x 11� paper). Submit no later than 9 May, 2023, 11:00 a.m. PDT. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small business concerns or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/403af43c0a7346eeb96f108de4915ca0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06663758-F 20230428/230426230112 (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.