Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2023 SAM #7732
SOURCES SOUGHT

65 -- Qoustic Wound Therapy System CS: Maureen Sundstrom

Notice Date
1/26/2023 2:43:49 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0221
 
Response Due
2/6/2023 3:00:00 PM
 
Archive Date
03/08/2023
 
Point of Contact
Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE ONLY. This is an Unrestricted/Open Market Brand Name or Equal request for information in support of the Mann-Grandstaff VA Medical Center, Spokane, Washington, for market research purposes only to determine the availability of potential vendors capable of providing the requirement below. Results from this Sources Sought will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract is a firm-fixed price supply purchase. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 334510. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1250 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (https://www.sba.gov). 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. 7) Please identify the country of origin for all items. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Equipment: QOUSTIC WOUND TREATMENT SYSTEM Arobella Qoustic Wound Therapy System AR1000D-SYSTM: 1 AR1000D-GEN(U) Series D System Generator 2 AR1000D-H/P Series D Handpiece 7 AR1000D-QT11 Series D Type 11 Qoustic Qurette 10MM Full 1 AR1000D-QT12 Series D Type 12 Qoustic Qurette Tri-Nodal 2 AR1000D-QT13 Series D Type 13 Qoustic Qurette 6MM Round Full 2 AR1000D-BAT Series D Tool, Break-away, Reposable 10 AR1000D-PWD Series D Shroud Type P 2 AR1000D-EXT Series D Qoustic Qurette Extender 1 AR1000-PED Foot Pedal 1 AR1000-CRD AC power cord 4 AR1000D-WRN1 Standard Wrench D System 2 AR1000D-WRN2 Saddle Wrench D Systems 1 AR1000-IFU Instructions for use, AR1000 1 AR1000D-DTS/Bo... Disposable-Box 50 Units Salient Characteristics: The equipment must meet at a minimum the following: Mobile 35K Hertz generator Low frequency ultrasound Autoclavable handpiece and patient contact components able to debride sinus tract walls, tunnels, narrow, deep, or irregular contoured wounds Sharp cutting edge for dissection Sharp debridement to clean wounds of necrotic tissue Confocal sound wave technology Contact and Non-Contact wound bed treatment Non-contact therapy to reduce pain prior to contact Selective debridement Adjustable power generator Quick turnaround between patients Stable Cavitation Field Wound debridement capable of chronic, acute and burn wounds Sound waves stimulating angiogenesis Controls bleeding after debridement Kills bacteria to include MRSA and other resistant organisms and able to treat deeper infections to include osteomyelitis Removes Biofilm Results in accelerated wound healing Minimum 1 Year Warranty If your business is interested and capable, please provide, at a minimum, the above requested information, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 3:00pm PST on February 06, 2023. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time. Shipping Address: Mann-Grandstaff VA Medical Center 4815 N. Assembly Rd. WHSE BLDG 14 Spokane, WA 99205
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a4ec69adeb24c84a3d4c5fbf3bb3f76/view)
 
Place of Performance
Address: Mann-Grandstaff VA Medical Center 4815 N Assembly St, Spokane, WA 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN06575027-F 20230128/230126230112 (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.