Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SOURCES SOUGHT

65 -- Brand Name Only - Verathon GlideScopes and accessories. Sources Sought Notice This is NOT a Request for quotes.

Notice Date
3/6/2024 2:02:55 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0477
 
Response Due
3/14/2024 1:00:00 PM
 
Archive Date
05/13/2024
 
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 VA Pittsburgh Healthcare System (646) Title of Project: Verathon Glideslope s and Accessories. Background: VA Pittsburgh Healthcare System (VAPHS) clinical areas have moved to the newest GlideScope on the market. The Simulation Center s current GlideScope s were purchased in 2013 and since that time the system has been updated to provide larger viewing screens and ease of access, also the new GlideScope s are more lightweight and portable than our current model. To prepare staff and healthcare trainees, it is essential that the Simulation Center s training is done utilizing the same equipment that is present in clinical areas. The GlideScope will be used to train new and current employees on how to intubate and respond to a difficult airway situation. Deliverables: Bflex 2 Lage 5.8 Single-Use Bronchoscope (Pack/5) #0570-0450 Qty. 1 Bflex 2 Regular 5.0 Single-Use Bronchoscope (Pack/5) #0570-0449 Qty. 1 Bflex 2 Slim 3.8 Single-Use Bronchoscope (Pack/5) #0570-0448 Qty. 1 GlideScope Go 2 Charging Cradle Kit #0800-0662 Qty. 1 GlideScope Go Monitor Kit #0570-0368 Qty. 1 GlideScope, Titanium LoPro T3 #0574-0147 Qty. 1 GlideScope Titanium LoPro T4 #0574-0148 Qty. 1 GS Core 2m QuickConnect Cable #0800-0682 Qty. 1 GS Core Smart Cable - Connects to Spectrum SU Blades & VB 2.0 Lg. #0800-0602 Qty. 2 GS Core Video Cable - Connects to Titanium Reusable Blades #0800-0604 Qty. 1 Lg Carrying Case GS Go #0800-056 Training and Installation: None required. Delivery: POC: Mary Ellen Elias; Nursing Educator, Sim Center, Education and Innovative Learning;MaryEllen.Elias@va.gov; (412) 360-6592 Deliver to the following location: Building 29, Room 2m301 VA Pittsburgh Healthcare System University Drive Pittsburgh PA 15240 Scheduling, Hours of Work, and Location: Deliver all line items specified under Data/Deliverables to point of contact during normal operating hours, M-F 8:00am 3:30pm: Delivery should be coordinated with the COR of the contract prior to shipping of any equipment. The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. PERIOD OF SERVICE: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: No special security requirements are anticipated. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation. Instructions to Vendors The information identified above is intended to be descriptive of the Brand Name Only Verathon Glideslope s 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) 339112. 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 Thursday March 14, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0477 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/f98f5f301d6f4d0f994ac0843c044362/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System (VAPHS) University Drive C 4100 Allequippa St,, Pittsburgh, 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06988479-F 20240308/240306230053 (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.