Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SOURCES SOUGHT

65 -- Brand Name or Equal to Summit Medical - InstruSafe Dental Restorative Cassette Trays This is NOT a Request for Quote.

Notice Date
8/16/2024 11:25:28 AM
 
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
36C24424Q0885
 
Response Due
8/23/2024 1:00:00 PM
 
Archive Date
10/22/2024
 
Point of Contact
David Santiago, Contracting Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
VA Butler Health Care System Statement of Need (SON) Dental Restorative Cassette Trays Product: VA Butler Health Care System, Sterile Processing Service (SPS) has a Brand Name or Equal to requirement for thirty-two (32) INSTRUSAFE - Model# IN-2020-5748, customized Dental Restorative Cassettes trays manufactured by Summit Medical, LLC. Scope: The customized cassette trays facilitate the ability to hold dental instruments firmly in-place while each device undergoes reprocessing . This multi-step process is of critical importance for reusable dental medical instruments. Reprocessing cleans, then disinfects and/or sterilizes each instrument with a precise and detailed sequence after each veteran patient dental procedure. This process prevents cross contamination of biological debris (blood, tissue, microbes, bacteria, etc.). Once completed, the reprocessed dental instruments are then reused for additional veteran patient dental procedures. Each dental cassette must utilize snap-in-silicone rails to securely hold the delicate dental instruments in-place while being sterilized and to also protect the instruments from being damaged. Each dental cassette tray is customized specifically for the instrument set-up required by the Dental Service Department. Brand Name or Equal to requirement: INSTRUSAFE customized Dental Restorative Cassettes trays Manufacturer: Summit Medical, LLC; small business Prod # IN-2020-5748, Dental General Tray, 28 Instruments; 32 units There are companies that manufacturer generic cassettes trays, but generic trays do not provide the technical capability required by SPS/ Dental to adequately reprocess dental instruments. INSTRUSAFE trays are customized to ensure that each of the 32 cassette trays securely hold and protect the 28 dental instrument sets during the repetitive reprocessing cycles. One of the main characteristics of INSTRUSAFE is that the cassette trays are customized with snap-in-silicone rails. This rail design is critical to ensure instruments stay in-place to ensure proper reprocessing and to also prevent damage to the expensive RMD instrument sets. Salient Characteristics: dental exam instrument cassettes Hold 28 dental instruments for reprocessing. Dimensions required: 8 3/8 x 9 5/8 x 3 . Customized to specification of VA Butler s SPS requirements. Instruments must be held in place for safe handling and longevity of instruments with the use of snap-in silicon rails. Silicone finger mats are not acceptable. Made of anodized aluminum, stainless steel, and silicone. Subjected to corrosion testing as part of quality control measures. One year warranty on each cassette. Delivery: Delivery shall be within thirty (30) days from the time of award. Deliver to: Butler VA Health Care System Attn: Loading Dock 353 North Duff Road Butler, PA 16001 Monday Friday from 8:00 am 4:00 pm GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department. This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. Influenza Vaccination: VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VA. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities follows VHA Directive 1192. 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 POC listed in the awarded contract. Tobacco: All VA Pittsburgh property is tobacco free. Contractor personnel will comply with Altoona VA tobacco and smoking policies. Violations will result in a warning and possible citation. COVID-19 Related Policies: 1. Upon entering VA, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by VA. 2. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. Vendor Credentialing: Vendor access to the VA is by appointment only and requires credentialing through our vendor credentialing partner, Symplr at https://vcsdatabase.com/login Symplr registration is at cost to the vendor only and VA is not responsible for this. All vendors are required to check-in at the Symplr kiosk using their smart phone or desktop check-in with Symplr login and obtain a day badge, which will include date, time, and location of approved appointment. Company badge with photo ID is also required to be worn while onsite at any of the VA sites. Vendors are only permitted to visit the location identified on their Symplr generated badge and must exit the facility promptly, checking out via their smart phone once the scheduled appointment has ended. INSTRUCTIONS TO VENDORS The information identified above is intended to be descriptive of the Brand Name or Equal to INSTRUSAFE - Model# IN-2020-5748, customized Dental Restorative Cassettes trays, 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? (10) 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. (11) Please submit your capabilities regarding the equipment. (12) 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, Friday 4 PM Eastern Standard Time (EST) on August 23, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0885 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/4773845a9f124b3d96ec8de47c1701a2/view)
 
Place of Performance
Address: Butler VA HealthCare System Attn: Loading Dock 353 North Duff Road, Butler, 16001, USA
Zip Code: 16001
Country: USA
 
Record
SN07174602-F 20240818/240816230118 (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.