SOURCES SOUGHT
65 -- Sources Sought - Steris InnoWave PCF Sonic Irrigators
- Notice Date
- 1/3/2024 8:38:35 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0201
- Response Due
- 1/8/2024 3:00:00 PM
- Archive Date
- 01/23/2024
- Point of Contact
- Peter Park, Contract Specialist, Phone: (360) 696-4061 Ext. 31595
- E-Mail Address
-
Peter.Park2@va.gov
(Peter.Park2@va.gov)
- Awardee
- null
- Description
- Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Description Qty InnoWave PCF Sonic Irrigator 2 Detergent Level Sen Assy 2 Elbow 6mm x 1/8"" Flow 8 PCF Service Manual 2 Installation InnoWave PCF 2 Deinstall InnoWave PCF make utility disconnections, remove, transport equipment 2 Disposal of old units 2 1st year Preventitive Care InnoWave PCF 2 Manufacturer: Steris Required Salient Characteristics: Spokane VAMC (WA) needs two new InnoWave PCF Sonic Irrigators and remove/dispose the current InnoWave Sonic Irrigators. This requirement involves supplies and ancillary services as stated above. The equipment must meet the minimum of the following: Will be freestanding in a compact stainless-steel cabinet. Will contain all needed components to effectively clean lumens utilizing cavitation in a detergent-balanced wash solution. Will be equipped with sonic irrigation. Will have power flush capabilities. Chamber will be constructed of 316L Stainless steel. Will Have sonic activity and Spray nozzles in the lid Will be able to thermally disinfect. Will have auto-locking lid. Will have touch screen. Will be able to capture and export data. Trays should hold instruments up to 13.3 x 4 x 26.3. Will be able to handle 20 lumened instruments. Will hold up to 44 pounds of load weight. Will handle water temperatures from 36 to 208* F and a Thermal rinse of up 208* F Will have auto-tuning frequencies operating between 36 40khz. Will have Reflectasonic Technology to improve the life of the tank to reduce pitting inside the tank. Pick up tube will be able to pull detergent from a 2.5-gallon bottle with a float switch for when the bottle is empty. Will have cycle nursing to ensure recording of successful cycles and abnormalities for documentation purposes. Doors and service panels will be dent and scratch resistant. Will have 4 preprogrammed cycles programmed into machine plus 2 open programs for customization for specific instruments. Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must have fewer than 750 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) 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. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. 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 EACH of the salient characteristics required by the Government. Government will not perform further research if the information provided is unclear whether it meets any required salient characteristic. 7) Please identify the country of origin for all items. If it is a foreign end product, fill out the following: Item Country of origin * Exceeds 55% domestic content (yes/no) * For COTS items, the 55% (now 60%) domestic content test is waived. 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). Shipping Address: Spokane VA Medical Center 4815 N Assembly St Spokane, WA 99205 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 01/08/2024 by 3:00pm Pacific Time
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00d19a7d0df8454e9ee8807bd6df8f73/view)
- Place of Performance
- Address: Spokane VA Medical Center 4815 N Assembly St, Spokane 99205, USA
- Zip Code: 99205
- Country: USA
- Zip Code: 99205
- Record
- SN06926202-F 20240105/240103230047 (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 |