Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

65 -- THIS IS A REQUEST FOR INFORMATION ONLY Medtronic NT Integrated Power Console Kits Medtronic Midas Rex MR8 Electric Motor Kits BRAND NAME ONLY

Notice Date
6/1/2022 7:51:25 AM
 
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
36C24422Q0788
 
Response Due
6/7/2022 12:00:00 PM
 
Archive Date
06/12/2022
 
Point of Contact
Mr. LaShawn Knight, Contract Specialist, Phone: 240-215-8892 ext. 2199
 
E-Mail Address
lashawn.knight@va.gov
(lashawn.knight@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name Medtronic NT Integrated Power Console Kit and Midas Rex MR8 Electric Motor Kit STATEMENT OF NEED Background: The Lebanon VA Medical Center (LVAMC) has an urgent and compelling brand name requirement for two (2) Medtronic NT Integrated Power Console Kits and two (2) Medtronic Midas Rex MR8 Electric Motor Kits. Scope of Work: The Medtronic NT Integrated Power Console (IPC) Kit is a multispecialty surgical power console for removing soft tissue, hard tissue, and bone during Ear, Nose, and Throat (ENT) surgeries. From inferior turbinoplasties to complex skull base cases, the IPC platform can serve a full range of ENT surgery needs. During ENT surgery, the IPC suction-irrigation system provides a solution for irrigation control in the Operating Room. Its design includes optimized pre-set flow rates for all French tips. Plus, the IntelliFlow Remote Control allows for easy on/off, tip size, and flow rate changes from the sterile field. The Midas Rex MR8 Electric Motor Kit will allow the surgeon to perform delicate ENT procedures. Item # Description/Part Number* Qty 0001 Medtronic NT Integrated Power Console Kit; Part # EK001 2 0002 Medtronic MIDAS REX MR8 Electric Motor Kit; Part # EK800 2 Salient Characteristics of the NT Integrated Power Console Kit: Part # EK001 IPC suction-irrigation system IntelliFlow Remote Control for irrigation 0.5 cc/minute irrigation flow rates Ergonomic multifunctional foot pedal Power Cord, 6 meters IV-Pole basket Salient Characteristics of the Midas Rex MR8 Electric Motor: Part # EK800 Ergonomically crafted to perfectly balance in hand Continuous drilling at 75k without compromising power or torque 8-position radial lock on the touch-controlled lever Shorter motor handpiece and flexible cable to minimize interference with microscope Delivery: Delivery shall be within seven (7) days from the time of award or subject to shipping schedule whichever occurs first. The Medtronic NT Integrated Power Console Kits and Medtronic Midas Rex MR8 Electric Motor Kits shall be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. 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 (size standard of 1000 employees). 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). 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 salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of need (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEN number. What is the Lead time on the requested items? If there is a Warranty what is the time frame? *** Submissions addressing number (14) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to lashawn.knight@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on June 6, 2022. This notice will help the VA in determining available potential sources only. 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, LaShawn Knight. 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 FedBizOpps (FBO) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. 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 lashawn.knight@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://sam.gov/opp/d30aa7c46ca848e391331b2c0e986f5e/view)
 
Place of Performance
Address: Lebanon Veterans Affairs Medical Center 1700 S. Lincoln Ave, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06344782-F 20220603/220601230110 (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.