Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

65 -- VA242-17-Q-0580|Hysteroscopic Tissue Removal System|SDVOSBset-aside - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q0580
 
Response Due
5/31/2017
 
Archive Date
6/30/2017
 
Point of Contact
Shari Lee
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
TITLE: 65-Combined Synopsis/Solicitation SOL: VA242-17-Q-0580 DUE: 05/31/2017, 12 PM Midnight EST SET ASIDE: SDVOSB set-aside NAICS: 339112--Surgical and Medical Instrument Manufacturing POP STATE: United States AGENCY: Department of Veterans Affairs, VA New York Harbor Healthcare System 423 East 23rd St, New York NY 10010 POC: Shari Lee; shari.lee@va.gov Mail all responses only to: Shari Lee at shari.lee@va.gov DESCRIPTION: This Sources Sought Notice is for Service Disabled Veteran Owned Businesses only. Quotes and responses will only be accepted from SDVOSB s who are VETBIZ certified through the VETBIZ website: https://www.vip.vetbiz.gov/. The NAICS code is 339112 and the size standard is 1000 employees. The following RFQ is seeking these items for the Manhattan VA Medical Center, 423 East 23rd Street, New York, NY 10010 TruClear Hysteroscopic Tissue Removal System The contractor shall provide all labor, equipment, supplies, materials, engineering design, and supervision to design, manufacture, and deliver this equipment. Design and delivery shall be coordinated with the Service Point of Contact Personnel, to be revealed after contract award has been determined. PHYSICAL ITEMS NEEDED: 1) Must have the minimum of the following: (14 parts are needed) Item Code 7209807; Trueclear Handpeice; Quantity needed (2) Item Code 7209808; Trueclear Control Unit; Quantity needed (1) Item Code 7209820; Trueclear Footswitch; Quantity needed (1) Item Code 72202710; Hysteroscopic FMS Kit, U.S., Quantity needed (1) Item Code 7210164; Hyst. Fluid Mgmt System Control Unit; Quantity needed (1) Item Code 7210165; Hyst. Fluid Mgmt Stand; Quantity needed (1) Item Code 7210166; Hyst. Fluid Mgmt Roller Base; Quantity needed (1) Item Code 72203420; Vacuum Regulator PM 76 MM; Quantity needed (1) Item Code 7209208; Operative Hysteroscope; Quantity needed (1) Item Code 7209383; Trueclear Sheath 9.0; Quantity needed (1) Item Code 7209384; Trueclear Obturator, Quantity needed (1) Continued List continued. Item Code 72204752; Trueclear Operative Hysteroscope 5C, Quantity needed (1) Item Code 72204753; Trueclear Sheath 5C, Quantity needed (1) ** End of Parts needed. Objective The service is in need of a Hysteroscopic Tissue Removal system that pairs the visualization capabilities of a hysteroscope with minimally invasive tissue removal capabilities that will allow for a fast and thorough capture and removal of intrauterine polyps and fibroids; and provides healthcare practitioners in obstetrics, gynecology and reproductive health with a uniquely user-friendly technique. The system should be optimized to thoroughly and efficiently remove tissue so that physicians will not be required to make multiple, time-consuming insertions into the uterine cavity. The system needs to be designed to cleanly remove tissue from the uterine cavity, leaving the hysteroscopic view unobscured and ultimately allows healthcare practitioners greater clarity to complete a given procedure. It also must have an enhanced capability to perform/treat a full spectrum of conditions, including: Hysteroscopic Adhesiolysis Removes intrauterine adhesions under direct visualization Designed to reduce damage to surrounding healthy endometrium Myomectomy Brings speed, efficiency and precision to the removal of myomas Helps ensure patient safety through advanced fluid management Retained Products of Conception Evaluation Minimizes endometrial damage and reduces risk of intrauterine adhesions by evacuating RPOC under direct visualization. Captures tissue for histological confirmation May reduce the need for additional procedures as the system has demonstrated complete removal in over 94% of patients Polypectomy May improve the efficiency of polyp removal by reducing polypectomy procedure time by half2 that of electrical resection More likely to completely remove polyps compared to electrical resection Minimizes patient discomfort Diagnostic Visual D&C and Endometrial Biopsy Provides direct visualization of the uterine cavity, facilitating removal of targeted endometrial tissue, hyperplastic endometrium or other intrauterine tissue for pathology analysis. Requirements Operative Hysteroscope Set Smallest instrumentation that is available today; 5.0 mm scope and 5.6 mm sheath require little to no dilation. Mechanical energy means no electrical energy in the uterus while also reducing the risk of air or gas emboli Targeted pathology removal under continuous visualization ensures efficient cut and capture. 100% tissue capture allows evaluation of entire pathology Longer scope and blade means access to the entire uterus, including the cornua and fundal wall Continuous cutting and tissue removal means no chips interfering with visualization Dual outflow with true continuous flow, 100% of the time, to allow clear visualization Hysteroscopic Tissue Removal System Simple, mechanical design means there is no risk of energy discharge-induced scarring and a reduced risk of air or gas emboli compared to conventional resection Localized treatment reduces endometrial damage, which may help preserve the chances of pregnancy Enhanced suction control technology to minimize fluid use Continuous visualization ensures efficient cut and capture Tissue capture allows evaluation of the entire pathology Hysterescopic Fluid Management System Maximum flow rate of 700 ml/min optimizes visualization Allows intrauterine pressure to be maintained at the desired level Scale continuously monitors fluid deficit for accurate measurements Controlled suction to provide suction flexibility in order to maintain clear visualization Reliable Warning Systems for safety to indicate over pressure, under pressure and fluid deficit thresholds Place of Delivery The product(s) will be delivered to: VA New York Harbor Healthcare System 423 East 23rd St, New York NY 10010 Product Installation (If Applicable) The vendor shall be responsible for determination of and compliance with federal and state or local code requirements, design data, and other factors necessary to install or deliver the items at the desired location. The system will not require any new construction, space, special wirings etc. Training Of Operating personnel (If Applicable) (a) The price quoted shall include contractor responsibility for providing on-site orientation and training of using personnel in operation and care of the equipment furnished. This training shall include actual demonstration and operation of the equipment, preventative maintenance, and any adjustments or other actions which may be undertaken by operating personnel in the event of failure of equipment, provided that such adjustment or action shall in no way jeopardize the Government's rights under contract guarantee clause. Upon completion of installation, this training shall be given by qualified contractor representatives on a date to be determined by the using service POC. Operator and maintenance training shall not be conducted concurrently. (b) Vendor shall submit training materials and training videos (prepared in CD or DVD format) on each piece of equipment for operation and maintenance. Any available training videos shall be for operation and maintenance and shall not be combined. These training materials and videos shall demonstrate the operation and maintenance of the equipment and any adjustments or other actions that may be undertaken by VA operating personnel in the event of failure of equipment. These training materials and videos shall be submitted to the responsible operations official or his designee prior to beginning of training. (c) The Vendor shall consult with the Contracting Officer Representative or person acting in that capacity regarding the time this training will begin. These officials will be responsible for arranging for the presence of personnel to be trained. Warranty & Service contract Unit shall come with a standard 1 year warranty, as well as a 1 year service contract after the warranty expires. This will include remote phone support and repair of unit (parts and labor). All contractor employees and subcontractors participating under this contract or order, to provide installation, training or service repairs are required to complete the VA's Privacy and Information security training requirement - VA Privacy and Information Security Awareness and Rules of Behavior Training  -   TMS Code 10176 Contractors must provide signed certifications of completion to the COR during each year of the contract.   This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). THIS IS A SOLICITATION AND A CONTRACT WILL FOR CREATED BASED ON THE QUOTES RECEIVED BY THE CLOSE DATE. THIS CONTRACT WILL BE AWARDED TO THE LOWEST BID TECHNIALL Y ACCEPTABLE UNDER FAR 15.304(d). The applicable North American Classification System (NAICS) Code for this requirement is 339112 (Surgical and Medical Instrument Manufacturing). The size standard is 1000 employees. Email should contain the RFQ filled out where applicable, and your quoted. The email that you sent to Shari.Lee@va.gov must contain the words VA242-17-Q-0580 Hysteroscopic Tissue Removal Kit-RFQ in the subject box. **Note: All SDVOSB/VOSB vendors who plan on competing for this stated acquisition must be VIP Verified at https://www.vip.vetbiz.gov/. To properly apply the VA Rule of Two 38 U.S.C. 8127 (d) Supplies and Services to procurements for SDVOSB set-asides, Contracting Officers are required to verify that all SDVOSB/VOSBs who are interested parties are VIP Verified during entire acquisition process. Only offers from Certified VETVIZ SDVOSB Vendors will be considered or accepted. Thank You**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q0580/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0580 VA242-17-Q-0580_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3530139&FileName=VA242-17-Q-0580-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3530139&FileName=VA242-17-Q-0580-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04521765-W 20170527/170525235644-3f49fe9ca9b9c7bfc810c4cc21fe6cc0 (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.