SOURCES SOUGHT
65 -- BRAND NAME ONLY. Medtronic - M5 Microdebrider and accessories. This is NOT a request for a quote.
- Notice Date
- 8/5/2022 7:41:42 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
- 36C24422Q1062
- Response Due
- 8/17/2022 1:00:00 PM
- Archive Date
- 10/16/2022
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- Medtronic M5 Microdebrider Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for four (4) Medtronic M5 Microdebrider and accessories to be used for ENT surgeries. Scope of Work: The M5 Microdebrider are handpieces for ENT surgery. They are powered by the multispecialty Integrated Power Console system currently used in the operating room. Type of Contract: Brand Name, Firm Fixed Price Salient Characteristics of the brand name required Medtronic M5 Microdebrider: Direct-drive motor with straight-through suction Gearless operation Easy-turn rotation wheel 30K high-speed burs for frontal sinus surgery Factory-calibrated EM blades for FUSION ENT Navigation Quadcut blades that reduce clogging Integrated irrigation Distal suction Compatible with the Medtronic Integrated Power Console System Delivery: Delivery shall be within thirty (30) days from the time of award. The M5 Microdebrider and accessories 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. Please contact the Contracting Officer Representative with any questions or concerns. Nominated COR: Beverly Miller Phone: (717) 272-6621 x 4120 Email: Beverly.Miller1@va.gov Instructions The information identified above is intended to be descriptive, of the Brand Name only Medtronic M5 Microdebrider and accessories, 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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. (8) 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. (9) 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? (10) 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. (11) Please submit your capabilities in regard to the brand name equipment. (12) 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 8. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on August 17, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q1062 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 website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice 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 (RFI). Information will only be accepted in writing by e-mail to Contract 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://sam.gov/opp/6a95fe034931484b9a19c1226ecb7ec3/view)
- Place of Performance
- Address: Lebanon VA Medical Center 1700 S. Lincoln Ave., Lebanon, 17402, USA
- Zip Code: 17402
- Country: USA
- Zip Code: 17402
- Record
- SN06416843-F 20220807/220805230123 (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 |