Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SPECIAL NOTICE

65 -- INTENT TO SOLE SOURCE. Brand Name Only - Inari - FlowTriever Retrieval AspirationSystem Base+2 Options This is NOT a Request for Quotes.

Notice Date
12/15/2023 9:16:24 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0188
 
Response Due
12/21/2023 1:00:00 PM
 
Archive Date
02/19/2024
 
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
3 Statement of Need Inari FlowTriever Retrieval/Aspiration System Scope: The Cardiology Department of the Medicine Service Line (MSL) at the VA Pittsburgh Healthcare System (VAPHS) is requesting the establishment of a five (5) Brand Name Only - Inari FlowTriever Retrieval/Aspiration System. All products will be solicited and awarded together. The catheter is needed to be on hand at all times for emergent patient care. The Inari FlowTriever Retrieval/Aspiration System will meet all specifications as described in this document. The supply acquisition does not involve connection of contractor-owned IT devices to the VA internal network; therefore, the C&A requirements do not apply and a security accreditation package is not required. The instruments to be purchased does not have the ability to store any data, nor interface to the VA network, nor accept patient demographic information in any way. This requirement is for a base year with two (2) option years. The Pittsburgh VA estimates that (5) Inari FlowTriever Retrieval/Aspiration Systems will be needed each year. General Requirements: (5) INARI FlowTriever Retrieval/Aspiration System/year Each system contains: 3 Triever Catheters (sizes: 16,20, and 24) 1 FlowTriever2 Catheters Additional Information: The chief tech in Cardiology will call Contracting to place a delivery order when needed. The vendor shall deliver (1) Inari FlowTriever Retrieval/Aspiration System when requested by the chief tech in Cardiology and a Purchase Order is submitted. DELIVERY: All items will be delivered to: VA Pittsburgh Healthcare System Cardiology Department University Drive - C Pittsburgh, PA 15240 Period of Performance The Delivery Order shall be valid for three years and consist of three ordering periods. Base Ordering Period. Ordering Option Period 1. Ordering Option Period 2. Instructions The information identified above is intended to be descriptive, of the Brand Name Only - Inari FlowTriever Retrieval/Aspiration System 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 Thursday December 21, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0188 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 this Intent to Sole Source 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. Information 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/058d5401dcd04981ab6ed28af7f13514/view)
 
Record
SN06913648-F 20231217/231215230040 (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.