Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
DOCUMENT

65 -- The overall purpose is to provide and install (3) Soft Tissue Devices to SLVHC, NOLA 70119 - Attachment

Notice Date
5/22/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25617N0750
 
Response Due
5/26/2017
 
Archive Date
7/25/2017
 
Point of Contact
Travis A. Sippel
 
E-Mail Address
travis.sippel@va.gov
(travis.sippel@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 qualifications of Service Disabled Veteran-Owned firms relative to the North American Industry Classification Code (NAICS) 334510.The Department of Veteran s Affairs is seeking small business manufacturer or distributors of small business manufacturers, of functionally equivalent equipment to all the following: The overall purpose is to provide and install (3) Soft Tissue Dissection Devices to the Southeast Louisiana Veterans Health Care System (SLVHCS) Department of Surgery located at 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Soft Tissue Dissection Devices EQUIVALENT TO: Medtronic/ Part No. 40-405-1 Specifications/Salient Characteristics: Device must be capable of cut and coagulation functions Must have monopolar cut and monopolar coagulation capabilities Capable of supporting at a minimum 4 user preferences Must be capable of utilizing Radiofrequency energy devices as well as hemostatic sealing devices Device must be capable of utilizing bipolar devices as well as sealing devices Device must have patient return electrode safety features designed to protect the patient Device must have a touchscreen interface that can be utilized with gloves Must be capable of being utilized for such procedures as Posterior Lumbar Interbody Fusion and Minimally Invasive Transforaminal Lumbar Interbody Fusion 2.5.2 Universal Cart EQUIVALENT TO: Medtronic/ Part No. 30-401-1 Specifications/Salient Characteristics: Must be compatible with line item 2.5.1 Must have at a minimum for casters for easy mobility 2.5.3 Electrical Plasma Blade EQUIVALENT TO: Medtronic/ Part No. PS210-030S Specifications/Salient Characteristics: Must be capable of utilizing radiofrequency in conjunction with insulated electrodes Must be designed to lower the risk of secondary thermal injuries Must have an adjustable shaft Must have an integrated locking mechanism to ensure shat is locked into position 3.0mm Must be capable of being utilized in the operating room Must be compatible with line item 2.5.1 Disposable 2.5.4 Electrical Plasma Blade EQUIVALENT TO: Medtronic/ Part No. PS200-040 Specifications/Salient Characteristics: Must be capable of utilizing radiofrequency in conjunction with insulated electrodes Must be designed to lower the risk of secondary thermal injuries Must have a malleable shaft 4.0mm Must be capable of being utilized in the Cath Lab Must be compatible with line item 2.5.1 Disposable 2.5.5 Bipolar Sealer EQUIVALENT TO: Medtronic/ Part No. 23-112-1 Specifications/Salient Characteristics: Device must be capable of operating at a temperature of 100 degrees Celsius Must have an operating switch on the handle Must be capable of hemostatic sealing of soft tissue as well as bone Must be compatible with line item 2.5.1 Must be capable of occluding vessels < 1mm 6mm Must be capable of being utilized in the operating room Disposable 2.5.6 Bipolar Sealer EQUIVALENT TO: Medtronic/ Part No. 23-113-1 Specifications/Salient Characteristics: Device must be capable of operating at a temperature of 100 degrees Celsius Must have an operating switch on the handle Must be capable of hemostatic sealing of soft tissue as well as bone Must be compatible with line item 2.5.1 Must be capable of occluding vessels < 1mm 2.3mm Must be capable of being utilized in the Cath Lab Disposable 2.5.7 Malleable Bipolar Sealer EQUIVALENT TO: Medtronic/ Part No. 23-302-2 Specifications/Salient Characteristics: Device must be capable of operating at a temperature of 100 degrees Celsius Must have an operating switch on the handle Must be capable of hemostatic sealing of soft tissue as well as bone Must be compatible with line item 2.5.1 Must be capable of occluding vessels < 1mm Must have a malleable working end Must a have a light to aid in the utilization of the device Must be capable of being utilized in the Cath Lab Disposable 2.5.8 Service Program Specifications/Salient Characteristics: The vendor shall be responsible for all repairs including the cost of labor, material, and travel associated with the required repairs. The service agreement must allow for unlimited technical support services. The vendor shall be responsible for covering the shipping cost of repaired and or replaced equipment within 48 hours. This agreement shall remain in effective for a period of 3 years. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. The applicable North American Classification System (NAICS) Code for this requirement is 334510. Responses due are to be submitted by e-mail to travis.sippel@va.gov. Email should contain the following information: Name of firm, Socio-Economic category of the firm (SDVOSB) complete address, and phone & fax number of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0750/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0750 VA256-17-N-0750.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3517982&FileName=VA256-17-N-0750-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3517982&FileName=VA256-17-N-0750-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04517117-W 20170524/170522234709-c1be5bd41e3ad0cd849bd25ef4f21166 (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.