Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
DOCUMENT

65 -- High Powered Laser Machine for the William S. Middleton Memorial Veterans Hospital in Madison, WI. - Attachment

Notice Date
4/24/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q0929
 
Response Due
4/30/2018
 
Archive Date
5/30/2018
 
Point of Contact
Thomas H Chesak
 
E-Mail Address
4-4813<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE ONLY. (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 to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Large business firms, to provide a High Powered Laser Machine for the Operating Room, for the William S. Middleton MVH in Madison, Wisconsin. Selection Criteria: BRAND NAME OR EQUAL (LUMENIS p/n: GA-006801): Salient Characteristics: One (1) High Powered Laser Machine. 1. Shall be pulsed holmium laser to be used in the following treatments: benign prostatic hyperplasia, kidney stones, bladder stones, ureteral stones, and HoLEP (prostate surgery for non-cancerous growths-note this laser specifically would aid in the removal of the tissue from the bladder). 2. Shall be able to have customized preset modes such as HoLEP, vaporization, lithotripsy, stone dusting, tumor ablation and incision. 3. Shall have wavelength of 2.1 microns. 4. Shall have max optical power of 120W. 5. Shall have repetition rates between 5-80 Hz. 6. Shall have pulse energy between 0.2 - 6 joules. 7. Shall have an aiming beam. 8. Shall have adjustable intensity settings and blinking mode. 9. Shall have adjustable pulse width. 10. Shall have confirmation of system's operational status. 11. Shall have touch screen, which allows for adjustment of all laser settings. 12. Shall have fiber optic port, to allow for surgical procedures using fiber optics. 13. Shall have dual pedal foot-switch. 14. Shall include spare debris shields. 15. Shall include safety glasses. 16. Shall include Operator Manual. 17. Shall include laser safety signage. 18. Shall be Electrical 200 - 240V AC, <46 Amp, 50/60 Hz. 19. Shall include warranty, no less than one-year parts and labor. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP 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. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Officer, Thomas Chesak, at thomas.chesak@va.gov no later than 10:00 a.m. (Central Standard Time), 30 April 2018. 36C252-18-Q-0929 for the Laser for the William S. Middleton MVH shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, is applicable to this acquisition; the size standard is 1,250 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0929/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q0929 36C25218Q0929.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4251783&FileName=36C25218Q0929-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4251783&FileName=36C25218Q0929-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04899242-W 20180426/180424230525-a7ea920992515d19dabfdf213ab9ccaa (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.