Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2020 SAM #6908
SOURCES SOUGHT

W -- Sources Sought Neuro-Navigation Rental w/Technician

Notice Date
10/26/2020 9:09:18 AM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0040
 
Response Due
11/6/2020 4:00:00 PM
 
Archive Date
12/06/2020
 
Point of Contact
karen.rhodes@va.gov, Contracting Officer (II), Phone: 509-321-1912
 
E-Mail Address
karen.rhodes@va.gov
(karen.rhodes@va.gov)
 
Awardee
null
 
Description
This is a SOURCE SOUGHT NOTICE in support of the Seattle and Portland Health Care Systems in Seattle, WA for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Karen.Rhodes@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by Friday, November 6, 2020. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Anticipated North American Industry Classification System (NAICS) code is 532490 Other commercial and industrial machinery and equipment rental and leasing. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $35.0 Million. If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. DESCRIPTION OF THE REQUIREMENT: This draft statement of work is to have the contractor provide and install on station a 3-D intra-operative navigation system for spinal and cranial procedures. The system shall be rented per use and include a technician, instrumentation, and disposables for each patient. The contractor s services shall cover the range of neurosurgery services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by the American Academy of Neurosurgeon: http://www.aans.org/. The system shall be a transcranial intraoperative imaging and surgical navigation system specifically for brain tumor resections, ventricle shunt placement, brain biopsy and complex sinus surgery. The system must be compatible and be able to seamlessly interface with iMRI, iCT, C-arms, 3D imaging and 2D fluoroscopy. Specifically, this unit must be compatible with the Ziehm Vision RFD 3D C-arm currently installed at this location. This equipment will include registration and straight probes, curved and straight suction attachments: Straight suction, curved suction, and Ostium seeker. Navigation head frame will be included. If your firm is interested and capable, please send the capability statement, outlined above, to Karen.Rhodes@va.gov by 1600 on Friday, November 6, 2020. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3349df4707cd4da3a0f2aafdac7a4f1b/view)
 
Place of Performance
Address: VAMC Seattle 1660 S. Columbian Way Seattle, WA 98108
 
Record
SN05838313-F 20201028/201026230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.