Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

65 -- Endoscope Reprocessor - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
#339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101; WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D17N1054
 
Response Due
5/12/2017
 
Archive Date
8/10/2017
 
Point of Contact
Michael J Rosenthal
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Own Small Business (SDVOSB) vendors relative to the North American Industry Classification System (NAICS) Code 339112. The Jesse Brown VA Medical Center has a need for brand name only The MEDIVATORS Advantage Plus Endoscope Re-processor. This device is a fully automated, computer-based asynchronous endoscope re-processor that monitors each endoscope channel separately for blockage and proper flow ensuring complete high-level disinfection. Specifications/salient characteristics: The shell is made out of Polyurethane and internal components are made out of metal. 120 VAC ± 10%, single phase, 60 Hz, 15 Amp circuit, NEMA 5-15R outlet, GFI protected, accessible by user Dimensions, size, capacity: 62 H X 49 W X 31 D, 400 lbs. Principles of operation: Asynchronous, dual reprocessing basins Individual channel connectivity and channel blockage monitoring Continuous leak testing and automated alcohol flush Extensive cycle data management for scope-specific cycle programming, operation and cycle data documentation Single-use, environmentally friendly Rapicide PA peracetic acid high-level disinfectant effectively kills CRE (Carbapenem-resistant Enterobacteriaceae-infection difficult to treat due to high level of resistance to antibiotics). Cleaned and disinfected endoscopes to be delivered for use or assembled for further sterilization. Installation, training and 5 year service agreement required. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL OF THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Large Business) for which the organization qualifies. Are you providing a small business product? A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. If an authorized distributor, a memo or correspondence which authorizes distributor to distribute the manufacturer s products If an authorized distributor, a statement explaining the added value provided with this purchase. Reference the product, facility and sources sought number on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 and the small business size standard is 1000 employees. Responses due are to be submitted by e-mail to Michael J Rosenthal at Michael.rosenthal@va.gov. The information requested must be received no later than 2:00 pm Central Standard Time on Monday, May 12, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N1054/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-N-1054 VA69D-17-N-1054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484017&FileName=VA69D-17-N-1054-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484017&FileName=VA69D-17-N-1054-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Jesse Brown VA Medical Center;2030 West Taylor;Chicago, IL
Zip Code: 60612-4223
 
Record
SN04500970-W 20170511/170509234750-0fbd2c4424297639f2c17c377344720d (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 |
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.