Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2024 SAM #8193
SOURCES SOUGHT

65 -- 36C24924Q0279- Ultrasonic Lithotripter System

Notice Date
5/1/2024 7:35:55 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24924Q0279
 
Response Due
5/14/2024 7:00:00 AM
 
Archive Date
06/13/2024
 
Point of Contact
Ryan Mick, Contract Specialist, Phone: 423-979-1408
 
E-Mail Address
Ryan.Mick@va.gov
(Ryan.Mick@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 3 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 DESCRIPTION The Network Contracting Office 9, on behalf Tennessee Valley Healthcare System (TVHS) in Nashville, TN is conducting this Sources Sought to identify contractors who possess the capabilities to provide the following (Brand Name) Boston Scientific or equal equipment to determine source availability, capability. and adequacy: Salient Characteristics Single-probe, dual-energy lithotripter that utilizes ultrasonic vibration with controlled suction capability along with an electromagnetically generated impact. An electromagnetic impactor and an ultrasonic lithotripter to deliver ultrasonic vibration and ballistic impact compression waves through the same hollow probe-not holmium laser, facility already has laser inhouse. Consists of a capital component, reusable and single-use equipment The capital consists of a console with LED touch-screen interface with adjustable treatment settings and a footswitch for activating energy and suction. The reusable handpiece transduces electrical energy into ultrasound and ballistic energy delivered through a single-use probe. The single-use probe is attached and tightened to the handpiece with a reusable torque wrench for lock tight connection, which is beneficial when treating hard stones. Stone Catcher suction tubing provides seamless collection of stone fragments for analysis, reducing manual retrieval with additional devices. The single probe combined ultrasonic and impact lithotripsy application is safe on tissue. ExpertCare Capital Equipment Technical Services with unlimited remote support and world class replacement coverage options for capital and reusable components Technical Assistance Center available for real-time support before, during or after procedures System Kit includes capital component, footswitch, reusable handpiece, torque wrench and stone catcher holder. Also included, HDMI-VDI cable, filling bottle, bottle of demineralized water, power cord, system IFU (instructions for use), quick guide for use, and probe cleaning rod. Capital component requires annual preventative maintenance to replace water filtration system and refill demineralized water. Cart for capital placement and storage. Cooling system within capital component to minimize handpiece heat generation during energy delivery. Probe sizes compatible with most commonly used endoscopes for mini percutaneous nephrolithotomy and standard percutaneous nephrolithotomy (3.9mm x 440mm, 3.9mm x 350mm, 3.4mm x 445mm, 3.4mm x 340mm, 1.9mm x 341mm, 1.5mm x 440mm, 1.1mm x 625mm, 1.1mm x 520mm, 1.1mm x 425mm). Accelerated speed and efficiency in stone clearance time and rates, reduces procedure time and patient anesthesia time. Pre-loaded ultrasonic and ballistic stone smart settings for hard, medium and soft stones, may be customized per physician preference. Ultrasonic and ballistic energy is generated, independently or simultaneously, with suction. Ability to control suction settings from capital component. Single, integrated plug-and-play system made for easy OR set-up. Ergonomic design for physician ease of use. Optimal speed and safety. Provides technology program which includes any hardware and software updates within 18 months of installation. Contractors who believe they can provide an or equal domestic sourced product or item may respond to this sources sought notice. The Government will evaluate the materials provided to determine if a preference could be given to domestic sources in any future solicitation. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in developing its acquisition strategy for a possible solicitation and in determining if any type of small business set-aside is possible for this procurement and if full and open competitive procedures should be utilized. If full and open competition is ultimately utilized, responses to this synopsis will be used to aid in establishing small business subcontracting goals, if applicable. This is not a solicitation or any commitment or obligation on the part of the Government to issue a solicitation at this time. No reimbursement will be made for any costs associated with providing information in response to this synopsis or with any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any potential future solicitation. However, it should be noted that information gathered through this notice may significantly influence the VA s acquisition strategy for this procurement. All interested parties will be required to respond separately to any solicitation posted from this Sources Sought notice. Submission Instructions: Please email your response to this Sources Sought notice to Ryan Mick (email Ryan.Mick@va.gov) by no later than 10am eastern time, 05-16-2024. Your response must include the information requested below. This Sources Sought notice is strictly for market research purposes, and the Government will not entertain any questions. We appreciate your interest and thank you in advance for responding to the Sources Sought notice. Qualified firms shall submit the following: A statement of interest on company letterhead demonstrating the firm s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Business Name and Address: Business SAM UEI Number: Business Sales Rep Name, Email Address, Phone Number: Business Size (Small/Large/Other): Business Socioeconomic Category (SDVOSB*, VOSB*, Minority, Women, Disadvantaged, etc.): Are Items Currently Available on GSA FSS Contract (Y/N)? If Items Are Currently on GSA FSS Contract, State Contract Number: Country Where Proposed Items are Manufactured: Are you a Manufacturer/Producer or Distributor? If Distributor, who is the manufacturer/producer? The Government will review all responses from vendors proposing items equal to above listed items. Please provide any product information / capability statements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90a9b3964b2d440db42f13a6969fe7ac/view)
 
Place of Performance
Address: Tennessee Valley Healthcare System (TVHS) Nursing Service 1310 24th Ave S, Nashville 37212
Zip Code: 37212
 
Record
SN07049183-F 20240503/240501230044 (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.