Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
MODIFICATION

65 -- GS8 Single Door Steri-Vac TM Sterilizer STL | 3M Steri-Vac (VA-21-00071034)

Notice Date
7/12/2021 6:42:16 AM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25521Q0413
 
Response Due
6/17/2021 1:00:00 PM
 
Archive Date
08/16/2021
 
Point of Contact
MICHAEL P MURPHY, CONTRACT SPECIALIST
 
E-Mail Address
MICHAEL.MURPHY7@VA.GOV
(MICHAEL.MURPHY7@VA.GOV)
 
Awardee
null
 
Description
Page 5 of 5 This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide a Sterilizer /Aerator system for its sterile processing service The brand name specific is the preferred model however like products will be considered. Like products must meet or exceed the specifications of the 3M Steri-Vac Sterlilzer/ Aerator GS Equipment Specifications Requirements Ethylene oxide sterilization Two sterilization cycles 38 C 55 C Independent monitoring Touch screen interface Cartridge barcode scanner Automatic aeration post sterilization Sterilization cycle record keeping Elimination of ethylene oxide exhaust Pneumatic door lock Can be used for medical equipment, including endoscopic equipment. System functionality System to be used by Sterile Processing Service to sterilize reusable medical equipment. Software Vendor shall ensure all software operating on the device provided is supported by the original manufacturer at time of delivery. For example, vendor shall not provide VA Saint Louis a device utilizing the Windows XP or Windows 7 operating system as they are no longer Microsoft supported. Proprietary software systems are acceptable so long as vendor supports the version provided to VA Saint Louis and it is the newest version at time of delivery. Access to all software shall be provided to VA Saint Louis in situations where re-installation is necessary. Software shall be provided to VA Saint Louis with unlimited perpetual licensing for the supported life of the device. In cases where vendor insists on utilizing a licensing fee model this should be noted in the bid provided for VA Saint Louis consideration. Cerner Compatibility All vendors providing a bid to this requirement shall provide a Cerner compatibility statement from the OEM of the equipment that they are proposing to the VA Saint Louis Health Care System. This statement will include an OEM attestation that the product proposed is Cerner verified and provide a list of healthcare organizations that have deployed the project with the Cerner EHR. The statement will also include any relevant information as to what data can be transmitted to Cerner. This statement will be dated within 60 days of the quote being provided to ensure it is recent and accurate. The statement will provide an OEM point of contact who can be reached to further discuss any questions or concerns over Cerner compatibility. If the device/system being proposed does not connect to the network or medical record the vendor shall note this in their proposal. Vendor bids that do not include a Cerner compatibility statement directly from the OEM will be discarded from consideration. Installation and Assembly Vendor shall be responsible for assembly and installation of systems after notification from VA Saint Louis Biomedical Engineering that it has been delivered to station. Installation shall include implementation and testing of all purchased interfaces to VA electronic systems in coordination with Clinical Staff, Biomedical Engineering staff, O&IT staff, and others identified as needed. Vendor shall provide all necessary accessories, cables, adaptors, etc. to deliver a fully functional clinical device. Training Vendor shall provide on-site clinical/applications training for relevant VA Saint Louis staff members. Vendor shall provide introductory system/maintenance training to VA Saint Louis Biomedical Engineering staff during installation. Vendor shall include all costs for travel to provide this training in their proposal. Vendor shall coordinate all installation and training dates with VA Saint Louis specified Biomedical Engineering POC who will communicate internally with clinical staff. Warranty and Service Service and Operator Manuals The vendor shall provide the following documentation for the proposed system: Two (2) copies of operator's instruction manuals per unit purchased Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The system, all accessories, and all software shall be covered under the manufacturer s warranty and shall include all parts and labor for at least one year following acceptance by the VAMC. A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after the VA Saint Louis Biomedical Engineering POC has accepted the products delivery, installation, and functionality. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches will be made available to the VA Saint Louis during the warranty period. Vendor shall provide response to applications and technical calls within 8 hours. Vendor shall ship replacement parts within 48 hours of identifying necessity by VA Saint Louis Biomedical Engineering staff. Other Features Value added features in the vendor s proposal that will be considered include but are not limited to: Options for Trade-in of existing equipment shall be proposed in bid package Extended Warranty options shall be outlined in bid package Service and Biomedical training options shall be outlined in bid package Options for this training should include all registration, travel, and lodging costs when possible NAICS Code: 339113 Surgical Appliance and Supplies Manufacturing Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 339113 Surgical Appliance and Appliance and Supplies Manufacturing. The small business size standard is 1,000 employees. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all 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. All interested Offerors should submit information by e-mail: to michael.murphy7@va.gov. All information submissions should be received no later than 15:00 PM CST on Thursday 6/10/2021. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/efca4ab9b7654272bf7961ad7267426b/view)
 
Record
SN06057595-F 20210714/210712230114 (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.