DOCUMENT
65 -- Stryker Orthopedic Towers w/Instrumentation - Attachment
- Notice Date
- 5/5/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Acquisition (90C);1010 Delafield Road;Pittsburgh, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- VA24417N0861
- Response Due
- 5/10/2017
- Archive Date
- 6/9/2017
- Point of Contact
- donna.cooper2@va.gov
- E-Mail Address
-
Donna.Cooper2@va.gov
(donna.cooper2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential small businesses especially any SDVOSB offerors capable of providing two (2) orthopedic towers and associated instrumentation to provide these services as listed in the attached Statement of Work: This is for the Wilmington VA Medical Center, Wilmington, DE 19805. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Business name, address, Point of Contact, Service Disabled Veteran Owned Small Business info. All information is to be submitted via e-mail at donna.cooper2@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 4:00p (EST) on Wednesday, May 10, 2017. No submissions will be accepted after this date and time. Questions can be submitted electronically to donna.cooper2@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. 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. In accordance with 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. Two (2) orthopedic towers and associated instrumentation to provide these services safely. Delivery, installation and training The unit must have the following abilities/capabilities: Include a high definition (HD) endoscopic camera. All components that come into contact with the patient during the procedure must be able to be placed into an autoclave. All other components must be to withstand normal OR sterilization or terminal cleaning procedures. A platform that fully supports and is compatible with the HD endoscopic camera. Must have at least five (5) imaging modalities to include Infrared Illumination System (IRIS), Endoscopic Near-Infrared Visualization (ENV), Clarity (or similar real time video enhancement), Desaturation (lighting enhancement), and Dynamic Range Enhancement (DRE). Must have at least nine (9) dedicated surgical camera specialty settings to allow customization options for the attending surgeon. Must a light source and high definition cabling to support the HD endoscopic camera. Must provide real-time endoscopic visibility. Must be provide near-infrared fluorescence imaging. Must have standard endoscopic visible light or better, to enable minimal invasive surgery techniques. Near-infrared imaging must provide the ability to enhance image to assess blood flow, tissue perfusion and bile duct visualization. Must include a real time video device that is compatible with the HD endoscopic camera. Device must allow for amplification of image that improves clarity, contrast and detail for difficult anatomical abnormalities. Must be an all-inclusive unit that includes: Digital color printer. LED display monitor, not to exceed 26 in size. Rolling stand for the monitor and printer, to allow mobility of components when not in use. Must come from a single vendor for future maintenance and service agreements. Overall footprint must be small enough as to not become a hazard or liability within the OR suite(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417N0861/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-N-0861 VA244-17-N-0861_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3473226&FileName=VA244-17-N-0861-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3473226&FileName=VA244-17-N-0861-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-N-0861 VA244-17-N-0861_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3473226&FileName=VA244-17-N-0861-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
- Zip Code: 19805
- Zip Code: 19805
- Record
- SN04498599-W 20170507/170505235156-b6254e192ae6ef2db72bf87e89473cbe (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |