Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2021 SAM #7013
SOURCES SOUGHT

Q -- Stealth Cranial Navigation Instruments (VA-21-00029511)

Notice Date
2/8/2021 5:59:41 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0385
 
Response Due
2/11/2021 11:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Sharieka Shantay Wright, Contract Specialist, Phone: 601-206-7051
 
E-Mail Address
sharieka.wright@va.gov
(sharieka.wright@va.gov)
 
Awardee
null
 
Description
*****SAM-DESCRIPTION: RFI-SOURCES SOUGHT' ***** Statement of Work Stealth Cranial Navigation Instruments Southeast Louisiana Veterans Health Care System New Orleans, LA 11/7/2020 1. PURPOSE 1.1 The purpose is to purchase (2) sets of Stealth cranial navigation instruments for the operating room in order to perform surgical procedures. This is intended to activate surgical procedures for the Neurological Surgery Service at the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services operating rooms located at 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, in-service 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 CRANIAL INSTRUMENT SET - PASSIVE Quantity: 2 sets BRAND NAME: Medtronic Stock No. 9733935 Specifications/Salient Characteristics: Must have the following in each set: (2) Planar Blunt Probes: Reference number 960-556 Must have the following Dimensions: 12 X 7 X 5 in Weight 7 lbs. 2 Small Cranial Reference Frame Reference number 961-337 Must have the following Dimensions: 12 X 7 X 5 in Weight 7 lbs. Articulating arm Reference number 9734252 Skull model Reference number 960-195 Cranial instrument sterilization tray Reference number 9733771 Stainless steel Must have Compartments for passive cranial instruments Fiducial markers Reference number 960-991 Must be round and able to screw onto the Planar blunt probe Must be able to screw onto the Passive Cranial reference frame Must be compatible with Medtronic s Stealth Station S8 Surgical Navigation System 2.5.2 CRANIAL TOUCH-N-GO REGISTRATION KIT Quantity: 2 sets BRAND NAME: Medtronic Stock no. 9732176 Specifications/Salient Characteristics: Must be compatible with Medtronic s Stealth Station S8 Surgical Navigation System 2.5.3 MICROSCOPE PROBE Quantity: 2 each BRAND NAME: Medtronic Stock no. 9730269 Specifications/Salient Characteristics: Must be compatible with Zeiss microscope Must be compatible with Medtronic s Stealth Station S8 Surgical Navigation System 2.5.4 NAVIGUS PASSIVE BIOPSY KIT Quantity: 2 each BRAND NAME: Medtronic Stock no. 9733265 Specifications/Salient Characteristics: Must be compatible with Medtronic s Stealth Station S8 Surgical Navigation System 4. DELIVERY 4.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services 2400 Canal St, New Orleans, LA 70119 on February 26, 2021 4.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.3 Package to prevent damage or deterioration during shipment, handling, and storage. 4.4 Maintain protective covering in place and in good repair until delivery is necessary. 4.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 4.6 A pre-delivery meeting will be conducted 3 days prior to initial award delivery date for verification of delivery and installation dates. 4.7 SITE CONDITIONS 4.8 There shall be no smoking, eating, or drinking inside the hospital at any time. 5. INSPECTION AND ACCEPTANCE: 5.1 The Contractor shall conduct a joint inspection with the COR upon delivery of tools. 5.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 6. DELIVERABLES 6.1 Operation and Maintenance Manuals 6.1.1 Manuals - Quantity (2) each for items 2.5.1 6.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials to COR upon completion of installation. 7. TRAINING: 7.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 7.2 The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. 8. PROTECTION OF PROPERTY 8.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 8.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure, that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 8.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 8.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 9. SECURITY REQUIREMENTS: n/a 10. WARRANTY: 10.1 The contractor shall provide all manufacturers warranty with products upon delivery. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to sharieka.wright@va.gov. Please respond to this RFI no later than 1:00 PM CST on 02/11/2021 DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. ***** End Word Document - ' SAM-DESCRIPTION: RFI-SOURCES SOUGHT' ***** - - E N D - - -
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7a6885018234579909980588b623b56/view)
 
Place of Performance
Address: Southeast Louisiana Veterans Health Care System 2400 Canal Street New Orleans, LA 70119
Zip Code: 70119
 
Record
SN05911401-F 20210210/210208230112 (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.