Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2021 SAM #7279
SOURCES SOUGHT

65 -- RTI Dosimeter This is not a request for quote

Notice Date
11/3/2021 2:27:10 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0087
 
Response Due
11/19/2021 1:00:00 PM
 
Archive Date
11/24/2021
 
Point of Contact
David Santiago, Contracting Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
STATEMENT OF NEED This is not a Request for Quote See Instructions below Contract Title: Dosimeter Requestor/Program Manager Name: Veronica Gamble Title: Business Manager Section: Imaging Service Address: VA Pittsburgh Healthcare System (VAPHS) University Drive C, Pittsburgh, PA 15240 Phone Number: (412) 360-3276 E-Mail Address: veronica.gamble@va.gov Overview: VA Pittsburgh is seeking to purchase one dosimeter for use in the Imaging service line. These dosimeters will be used by Imaging staff to conduct quality assurance checks on specialized equipment. Salient Characteristics: Brand name or equal to Black Piranha Multi Kit Size: 133 x 75 x 26 mm Weight: Approx. 400 g Display: PC or Windows Tablet Software: Ocean Next software for X-ray QA Database support: Yes Interface type: Built-in Bluetooth and USB Detector position check: Yes Simultaneous dose measurements: Yes - up to two detectors simultaneously Use of Dose Detector with Active AEC: Yes - RTI Dose Probe or RTI T20 Bluetooth range: 100 m free-in-air USB cables: Included Power source: Rechargeable Li ion battery / Ext. power supply Battery life: Approx. 15 hours Battery tested: According to UN 38.3 No. of exposures needed for measurement: One Min. exposure time: 0.1 ms Memory: Unlimited Operating temperature: 15 °C 35 °C Storage temperature: -10 °c - +50°c Waveform sampling rate: 4 2000 samples/s Waveform recording time: 1024 ms 524 s Backscatter protection: Yes - main unit, RTI Dose Probe, and T20 Warranty: Two years Extended Warranty: Up to ten years Calibration cycle: Two years Standard: Complies with relevant parts of the standards IEC 61674 and IEC 61676 for DosimetricDosimetry instruments EMC Tested: According to IEC 61326-1:2012 PTB Approval: DE-17-M-PTB-0070 Warranty: Contractor shall provide two yeartwo-year warranty. Security Requirements: See Appendix A. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): There is no government furnished equipment or government furnished information in conjunction with this contract. Other Pertinent Information or Special Considerations Identification of Possible Follow-on Work: N/A Identification of Potential Conflicts of Interest (COI): N/A Identification of Non-Disclosure Requirements: N/A Packaging, Packing and Shipping Instructions: No special requirements. Inspection and Acceptance Criteria: Equipment shall be inspected by Biomedical Engineering prior to deployment. Risk Control: N/A Delivery: Program Need Date: 10/01/2021 Location: Imaging Services VA Pittsburgh Healthcare System University Drive Division, University Drive C, Pittsburgh, PA 15240. Period of Performance: The contractor shall have 30 days from notice of award to ship the equipment. Instructions The information identified above is intended to be descriptive, of the brand name DatScani-123 to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the brand name equipment. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4:00 PM Eastern Standard Time (EST) on November 19, 2021. This notice will help the VA in determining available potential sources only. Reference 36C24422Q0087 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at david.santiago2@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a6d69bd27394e9ba1fbce814433cc8e/view)
 
Place of Performance
Address: Pittsburgh VA Medical Center University Drive C, Pittsburgh, 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06170386-F 20211105/211103230114 (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.