Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

W -- Neuro-Navigation Rental w/Technician

Notice Date
4/7/2021 11:41:39 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0473
 
Response Due
4/14/2021 12:00:00 PM
 
Archive Date
05/14/2021
 
Point of Contact
Robert Hamilton, Contracting Officer, Phone: 360-852-9880
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price base plus four (4) option year service contract. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty Stryker Intra-Operative Surgical Navigation System Rental w/technician 1 DESCRIPTION OF THE REQUIREMENT: The attached 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. 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) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing. To be considered a small business your company must have fewer than 1250 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) 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 above. 4) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 5) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 6) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 7) This is a brand name or equal sources sought. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Shipping Address: Seattle VA Medical Center 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov If your firm is interested and capable, please send the capability statement, outlined above, to Robert.hamilton8@va.gov by 3:00 PM EST on Wednesday, April 14, 2021. This is not a solicitation so no award will be made from this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/34b42cc9ce7a4c0aa0a04df8b65d318e/view)
 
Place of Performance
Address: Seattle VAMC 1660 S. Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN05965551-F 20210409/210407230118 (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  © 1994-2020, Loren Data Corp.