Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

65 -- Simulator Patient Marking - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9760
 
Response Due
7/25/2018
 
Archive Date
8/14/2018
 
Point of Contact
Marie Irvin
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: 36C262-18-Q-9760 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339112 sources (size standard of 1,000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide Simulator Patient Marking. If you are interested, and can provide the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to marie.irvin@va.gov Telephone responses shall not be accepted. Responses must be received no later than July 25, 2018 at 12:00PM PT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Schedule: Brand Name or Equal 0007536-0004 1) CARINAnav Virtual Simulation Patient Laser Marking 6650-439885 DISPLAY SYSTEM, STEREO, HEAD MOUNTED. System compatible with all DORADO and DORADOnova systems. The CARINAnav system is LAP's state of the art tablet wireless access control unit with a modern graphical touchscreen user interface. -- The CARINAnav software intuitively displays three-point isocenters, skin markers, MLC points, and reference points in an easy to read tabular format. Data is imported via the LAP proprietary file format and DICOM RT interface. -- Key Features: In CT Room Touchscreen Tablet PC LAP Proprietary File Format Interface Wireless BT Communication DICOM RT Interface -- Medical Grade Touchscreen Tablet Computer "10"" Touchscreen Interface" Docking Charger Station Weight: approx 1.9 lbs. Operating System: Windows 8 Power Supply: 40Watt AC Adapter. Input: universal 100 ~ 240V AC, 50-60Hz. Output: 19V DC, 2.1 A. -- ISO 9001 Certified Manufacturing ISO 13485 Certified Medical Device Manufacturing UL 60601-1 2nd and 3rd Edition Certified Medical Product FCC Class B, CE, ROHS, WEEE, UL60601, ES5.2, EN60601-1, EN60601-1-2, UL, IP 65 Front Bezel, IPX1 Back Cover Patent no. 5657368 1 Each ZUM-00034 2) CARINAnav Docking Station Wall/Bridge Mount Kit 1 Each LI-C 3) CARINA Installation 1 Each 4) Shipping & Handling - 1 JB Salient Characteristics INTUITIVE touchscreen easy navigation quick startup auto reconnect PORTABLE maximal mobility minimal space required wireless SAFE user login required permanent status feedback permanent laser position feedback ENVIRONMENT FRIENDLY standby mode low power consumption sustainable MEDICAL GRADE all components have approvals for use in clinical environment antimicrobial coating STATE-OF-THE-ART OPERATING SYSTEM WINDOWS 8.1 10 years of Microsoft support network connectivity included malware protection VERSATILE no additional room planning no mounting effort fast and easy commissioning COMPATIBILITY compatible with LAP laser systems used for virtual simulation combines features of all previous controls DATA SECURITY, PROTECTION AND PRIVACY in accordance with HIPAA user management, login required patient data security
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9760/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9760 36C26218Q9760.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496142&FileName=36C26218Q9760-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496142&FileName=36C26218Q9760-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05001598-W 20180722/180720231111-439bc526e151c4140820b433689d9d26 (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.