Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SPECIAL NOTICE

65 -- Notice of Intent to Sole Source BARD SITE-RITE 8 ULTRASOUND SYSTEM This is not a request for quote

Notice Date
8/31/2023 12:12:45 PM
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q1187
 
Response Due
9/6/2023 11:00:00 AM
 
Archive Date
09/16/2023
 
Point of Contact
Andrew Taylor, Contracting Officer, Phone: 724-679-2327
 
E-Mail Address
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
 
Awardee
null
 
Description
Notice of Intent to Sole Source is a follow up to a request for information 36C24423Q1187. This is a follow up notice to Request for Information (RFI) that has not yielded any additional results 36C24423Q1187. Due to no response 36C24423Q1187 the government plans to award a sole source contract to Bard Access Systems Wilkes Barre currently has six Bard Site-Rites in our facility and will be trading in three for a credit towards this purchase. Wilkes Barre currently owns consumables for the brand name, staff have training and do not want to duplicate the costs with running different systems. Statement of Need for: BARD SITE-RITE 8 ULTRASOUND SYSTEM CONSOLES AND ACCESSORIES FOR THE WILKES-BARRE VA MEDICAL CENTER Introduction: The Department of Veteran Affairs Medical Center, Wilkes-Barre facility (STATION 693) located at 1111 East End Boulevard, Wilkes-Barre, PA 18711 has a New BRAND NAME Only requirement to procure 3 Bard Site-Rite 8 ultrasound system consoles and accessories. Background: Wilke-Barre is requesting the procurement of 3 Brand Name Only Bard Site-Rite 8 Ultrasound System Consoles and Accessories. The Bard Site Rite 8 ultrasound unit is the newest version of the previously unsupported Site rite 5 & 6 used at Wilkes Barre VA Medical Center. The Site rite 8 ultrasound is the unit compatible with the Bard PICC lines that are placed at Wilkes Barre VA Medical Center with a sherlock device. The accessories are all compatible with PICC placements with no extra supplies needed. The probe option also includes a needle guide, which is connected to the probe and used for PICC and Midline placements. All current Site-Rites being used in the facility are no longer supported by the MFG and are past their end-of-life cycle. We currently have 6 older model site-rite units, 2 of the 6 units no longer work and since they are not supported by the MFG any longer we cannot get any parts to fix those units. The other 4 units were purchased between 2003 and 2011 and are past their End of Lifecycle. Since these units are past their lifecycle and no longer supported by the MFG, it is in the best interest of the facility to purchase newer model units. The Brand Name Only-Site-Rite 8 Ultrasound System is a portable device that features real time 2D Ultrasound Imaging, customized vascular access applications, procedure documentation, vessel measurement tools, and electronic connectivity needle guidance. The site-rite 8 Ultrasound System has 2 needle guidance technologies which are designed to track and display the location and trajectory of a needle under ultrasound guidance. The Technologies consist of software installed on an ultrasound system and sensors incorporated into the ultrasound probes. The sensors detect a passive magnet field emitted from the needle. The software interprets the data from the sensors and creates a virtual image of the needle on the ultrasound display, providing clinicians with a visual representation of the needle during the insertion process. The needle Tracking System requires the use of a probe along with the needle Tracking System Activator of the Sherlock 3CG Diamond Activation Key software. We are looking to purchase 3 Brand Name Only Bard Site-Rite 8 Ultrasound System Consoles (9770600), 3 Bard Site-Rite 8-32 mm Probes (9770601), 3 Sherlock 3CG Tip Confirmation Sensors (9770358), 3 Medical Equipment Roll Stands (MER 9770116), 3 Sherlock 3CG Diamond TCS Activation Keys for the Site-Rite 8 Ultrasound Systems (9770508) software key. We shall need to trade 3 of the units into the contractor and be given a trade in credit for them of $4,000. The 4 current working units are being transferred from service to service in return holding up patient care while one is located. Purchasing 3 new Brand Name Only units will greatly help with patient care. The lack of these machines being supported by the manufacturer means the patients will not be getting the best care and diagnosis within our facility. If this equipment is compromised due to not being supported or parts not being available this will add extra stress for our medical staff and delay patient care. PLACE OF PERFORMANCE/DELIVERY Wilkes-Barre VA Medical Center 1111 East End Blvd Wilkes-Barre, PA 18711 NEEDED REQUIREMENTS FOR SITE-RITE UNITS: BRAND NAME ONLY: NEED 3 9770600 Site~Rite 8® Ultrasound System Console NEED 3 9770601 Site-rite 8 32 mm Probe NEED 3 9770358 Sherlock 3CG Tip Confirmation Sensor Confirmation Sensor NEED 3 9770508 SHERLOCK 3CG Diamond TCS Activation software key NEED 3 9770116 Medical Equipment Roll Stand (MER) (QTY. 3) Site~Rite 8 Ultrasound System Console (9770600) Brand Name Only System includes Console only (no probe), one year warranty, console, power supply, line cord, and electronic IFU. Below are the salient characteristics for BRAND NAME ONLY: Must have the capability of providing both vascular scans along with bladder scans. Must come with a control unit/console Must come with an A/C adapter and internal battery pack Must be compatible with a 32mm probe Must come with a needle guide holder for the 32 mm linear ultrasound probe Must have magnetic tracking of the picc tip during insertion along with tip confirmation. Must be able to be used with interchangeable probes. Must be FIPS -140-2 wireless compatible Must have tip confirmation sensor along with an activation key software Must come with a roll stand (QTY. 3) Site-Rite 8 32mm probe (9770601) Brand Name Only (QTY. 3) Sherlock 3CG Tip Confirmation Sensor Confirmation Sensor (9770358) Brand Name Only Allows magnetic tracking of the picc tip during insertion and confirmation of the final location using ECG, which means patients won t require a chest X-ray or fluoroscopy. By using magnetic and electrocardiographic (ECG) real time tracking of the PICC tip, Sherlock 3CG is intended to allow the person placing the PICC to detect and correct any error in tip positioning. The Sherlock 3CG TCS is designed to remove the need for a chest X ray which is used to confirm tip location after insertion of a PICC in most patients. (QTY. 3) Medical Equipment Roll Stand (MER) (9770116) The mounting plate & equipment mount supports medical equipment up to 15 lbs., including qualified Site-Rit Ultrasound Systems. Articulating equipment mount supports medical equipment up to 8 lbs., including Sherlock 3CG TCS. (QTY. 3) SHERLOCK 3CG Diamond TCS Activation Key for the Site~Rite 8 Ultrasound System (9770508) Software Key Brand Name Only Warranty: All services provided by the contractor, as well as parts replaced shall come with a one (1) year warranty (minimum). All labor, tools, supplies, transportation, and equipment associated with the replacement of warranty items shall be provided by the contractor at no additional cost to the Government. Delivery: Delivery accepted at VAMC Wilkes Barre, Warehouse, 1111 East End Blvd, Wilkes Barre, PA 18711: Weekdays 8:00am 4:00pm, excluding any government holidays. Wilkes-Barre VAMC does have a dock attached to the warehouse for delivery. The contractor must take back the 3 units being traded in for credit, when they deliver the 3 new units. The 3 units are Site-Rite 5- EE 27427 (serial # 01075447), Site-Rite 6- 34455 (serial # DYVC7018), and Site-Rite 6 -34456 (serial # DYVC7019) REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). 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? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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. 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. 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? 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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor@va.gov no later than, 16:00 PM Eastern Time (ET) on September 5, 2023. This notice will help the VA in determining available potential sources only. 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 Contracting Specialist, Andrew Taylor. Questions or responses will include the Source Sought number 36C24423Q1187 in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. 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 Contracting Officer at andrew.taylor3@va.gov include 36C24423Q1187 in the subject line. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/765f566da32249aabe2ddd3afec33ea9/view)
 
Record
SN06814363-F 20230902/230831230055 (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.