Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2023 SAM #7936
SOURCES SOUGHT

65 -- QUASAR RESPIRATORY PHANTOM ""BRAND NAME OR EQUAL TO MODUS"" IAW SALIENT FEATURES MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.

Notice Date
8/18/2023 3:18:05 PM
 
Notice Type
Sources Sought
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q1106
 
Response Due
8/23/2023 12:00:00 PM
 
Archive Date
09/02/2023
 
Point of Contact
Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: QUASAR PESPIRATORY PHANTOM BRAND NAME OR EQUAL TO MODUS MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER This is a requirement for: U.S. Department of Veterans Affairs Washington DCVA Medical Center (VAMC). DESCRIPTION: The Washington DCVAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE 50 Irving Street NW Washington DC, 20422 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. IAW FAR 15.201(e), 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov). Unique Entity ID UEI (SAM) and DUNS Number Contract Number: GSA or Open Market (SAM.GOV). If GSA Contract, what schedule and SIN. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor or Reseller letter if you, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the Open Market (SAM.GOV) or on the GSA. Suggested NAICS Code and PSC code appropriate for this requirement. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 23, 2023, by 3:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) FAR 52.212-2 Evaluation-Commercial Items: Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the manufacturer to verify that you are an authorized distributor or reseller of the products/services. SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY WHEN QUOTE IS SUBMITTED DURING THE SOLICITATION RFQ PHASE. SALIENT FEATURES BRAND NAME OR EQUAL TO MODUS Must include software (for use with Windows 10 or higher) for programming motion patterns including actual patient traces. Must be able to stream patient-specific respiratory motion waveforms. Must work with a number of motion tracking systems including VXP, .CSV, .TXT,.DCM,. LOG,. DAF,. IMA Must have an ethernet port. Must have an unlimited multiple site software license. Must be able to operate directly from a PC or laptop. Must have the ability to accommodate optional user-selectable inserts. Must include ability to insert radiation detectors into the pseudo-tumor for verification measurements of the delivered dose. Must provide computer-controlled, programmable pseudo-tumor motion in both inf-sup and rotational (lateral/coronal) directions (both linear and non-linear) Must have opening for drive unit, 8 cm diameter. Must have opening for moving inserts, 8 cm diameter. Must have a rotation stage with 60ยบ range of motion. Must have body oval dimensions (width x height x depth, centimeters) of 30 x 20 x 12. Must have driving unit dimensions (width x height x depth, centimeters) of 20 x 15 x 12. Must have a total weight including insert options less than 20 kg. LINE-ITEM DESCRIPTION BRAND NAME OR EQUAL TO MODUS B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 UN __________________ __________________ QUASAR PROGRAMMABLE RESPIRATORY MOTION PHANTOM BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 100-1011 LOCAL STOCK NUMBER: 100-1011 0002 1.00 UN __________________ __________________ 4D CT IMAGING INSERT BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 500-3317 LOCAL STOCK NUMBER: 500-3317 0003 1.00 UN __________________ __________________ RESP - ROTATION STAGE BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 500-3330 LOCAL STOCK NUMBER: 500-3330 0004 1.00 UN __________________ __________________ OFFSET-CEDAR INSERT WITH SOLID TUMOR BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 500-3331 LOCAL STOCK NUMBER: 500-3331 0005 1.00 UN __________________ __________________ OFFSET-CEDAR INSERT WITH SOLID TUMOR - DRILLED BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 500-3332 LOCAL STOCK NUMBER: 500-3332 0006 1.00 UN __________________ __________________ OFFSET-CEDAR ION CHAMBER HOLDER - 8CM DIAMETER DRILLED BRAND NAME OR EQUAL TO MODUS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): 500-3335 LOCAL STOCK NUMBER: 500-3335 GRAND TOTAL __________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e068f3941734efaa598ad264cf2f183/view)
 
Place of Performance
Address: Washington DC VA Medical Center 50 Irving Street NW Washington DC, 20422 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN06797863-F 20230820/230818230100 (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.