Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

65 -- Brand Name Only, CIVCO Medical Solutions - Astra TEE Probe Reprocessor and accessories. This is NOT a Request for Quote

Notice Date
8/18/2022 6:30:59 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
36C24422Q1135
 
Response Due
8/26/2022 1:00:00 PM
 
Archive Date
10/25/2022
 
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
STATEMENT OF NEED Astra TEE Probe Reprocessor GENERAL INFORMATION This requirement is for the Altoona (James E Van Zandt) VA Medical Center, VISN 04, Station 503 located at 2907 Pleasant Valley Blvd, Altoona, PA 16602 INTRODUCTION The Altoona VAMC s objective is a Brand Name Only Procurement for the following Astra TEE Probe Reprocessor items listed below. Quantities are on the equipment request 1each 610-1338-PLUS ASTRA TEE SYSTEM- PLUS 1each 610-2054 LEAKAGE TEST METER 1each 610-2245 CONDUCTIVITY PROBE FOR AUTOMAT 1each 667-083 ADAPTER PHILIPS CX50 ETC. 1each 610-1418 CIVCO TRANSPORT TRAY CART BACKGROUND The Altoona VA Medical Center is a level 3 facility within VISN 4 and we are starting service in Cardiology using the TEE Probes and need this equipment to reprocess the probes. SCOPE OF WORK Provide all equipment shipped to the Altoona VA Medical Center. The Altoona VAMC is located at 2907 Pleasant Valley Blvd, Altoona, PA 16602. WORK REQUIREMENTS The Contractor shall provide all listed equipment to the Altoona VA Medical Center, 2907 Pleasant Valley Blvd, Altoona, PA 16602. GENERAL REQUIREMENTS The contractor shall conduct the following tasks: Delivery of the following: 1each 610-1338-PLUS ASTRA TEE SYSTEM- PLUS 1each 610-2054 LEAKAGE TEST METER 1each 610-2245 CONDUCTIVITY PROBE FOR AUTOMAT 1each 667-083 ADAPTER PHILIPS CX50 ETC. 1each 610-1418 CIVCO TRANSPORT TRAY CART Any receivables must be shipped to the Altoona VA Medical Center s Warehouse, 2907 Pleasant Valley Blvd., Altoona, PA 16602 Monday Friday, 6:30 AM 3:00 PM, excluding holidays. SUPPORTING INFORMATION Place of Performance Altoona VA Medical Center (hereafter referred to as, The VA or VAMC). Period of Performance Period covers assembly and verification/testing of operations to ensure the software operates as marketed. Altoona VA Medical Center will provide a secure area for operation. Performance Monitoring All equipment purchased will be subject to an incoming inspection by Safety to ensure the unit is functional and meets electrical safety standards for the VA. Security Requirements. None identified. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no GFE or GFI anticipated with this contract. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. The contractor will provide one year of maintenance warranty. b. Identification of Potential Conflicts of Interest (COI). None identified. c. Identification of Non-Disclosure Requirements. None identified. d. Packaging, Packing and Shipping Instructions. There are no special requirements. e. Inspection and Acceptance Criteria. As previously noted, all units purchased will be subject to an incoming inspection by Safety to ensure the units are functional and meet electrical safety standards. Delivery Schedule. Contractor will set delivery schedule to ensure that delivery can be completed within 30 days from contract award. Delivery will occur between 0630 and 1500 and with prior approval of date and time. Hours of Operation Normal hours of operation are Monday through Friday from 6:30 am to 3:00 pm, excluding holidays All work must be scheduled in advance with the COR on a mutually agreed upon date and time. Emergency services required shall be coordinated through the COR. Contractor must be available to perform emergency services within 3 hours of notification. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Delivery: Contractor shall coordinate with the COR to provide delivery according to the timeline at the Altoona (James E Van Zandt) VA Medical Center, 2907 Pleasant Valley Blvd, Altoona, PA 16602. Please contact the Point of Contact to schedule delivery or with any questions or concerns. POC: Suzanne Yonts Phone: (814) 943-8164 x7261 Email: Suzanne.Yonts@va.gov Note: The POC has no authority to change the terms and conditions of the awarded contract. Training Any training scheduled should be coordinated with the COR and VA staff. Additional Charges There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation. There will be no additional charges for time spent assembling the bladder scanners. There will be no additional charges for any time spent on-site provided training to either clinical or technical staff. There will be no additional charges with the waste management protocol listed in section 8. Packaging Waste management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VAPHS. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities follows VHA Directive 1192. 5. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. 6. Tobacco All Altoona VA property is tobacco free. Contractor personnel will comply with VA tobacco and smoking policies. Violations will result in a warning and possible citation. 7. COVID-19 Related Policies Upon entering VAPHS, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by Altoona VA. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. Instructions: The information identified above is intended to be descriptive, of the Brand Name Only Astra TEE Probe Reprocessor 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.)? 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). (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? 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. (10) Please submit your capabilities regarding the brand name equipment. (11) 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 email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Friday August 26, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q1135 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 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 Sources Sought Notice and will only be accepted in writing by email 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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/223a6a26ba8641398d23a020ab2a7cb3/view)
 
Place of Performance
Address: Altoona (James E Van Zandt) VA Medical Center, 2907 Pleasant Valley Blvd,, Altoona, 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN06433426-F 20220820/220818230131 (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.