Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

65 -- Arthroscope Imaging System (VA-24-00051851)

Notice Date
6/4/2024 1:48:13 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724Q0698
 
Response Due
6/12/2024 6:00:00 AM
 
Archive Date
06/22/2024
 
Point of Contact
Michelle Cunningham, Contract Specialist, Phone: (254) 743-2952
 
E-Mail Address
michelle.cunningham@va.gov
(michelle.cunningham@va.gov)
 
Awardee
null
 
Description
This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 5441 Babcock Rd. San Antonio TX, 78229 for the procurement of the Arthroscope Imaging Systems. Background and Requirement: VA Texas Valley Coastal Bend Healthcare System (VATVBHBS) provides Operating Room Section of Surgical Service to procure an Arthroscopic Imaging System for the Harlingen Health Care Center (HCC). The Arthroscopic Imaging System will reduce liability issues and increase patient satisfaction using the newest technology and quality standards. This equipment for proposed is the Arthroscope Imaging System. This equipment must be able to perform the following functions. Arthroscope Imaging System must have the capability to be used as an Arthroscope video camera in a variety of Arthroscope surgical procedures, including but not limited to: Orthopedic, spine, and urological procedures. The device must also be intended to be used as an accessory for microscopy surgery, as well as real time Arthroscope visible and near-infrared fluorescence imaging with all supporting equipment. The Arthroscope imaging system should include a medical grade color printer that can accept digital signal input. It must be designed to be integrated into medical imaging system such as endoscopy camera processor, ultrasound, intravascular ultrasound, and other compatible medical imaging system to produce hard copy prints. SPECIFIC INSTRUMENT REQUIRED: VA Texas Valley Coastal Bend Healthcare System Arthroscope Imaging System needs to function with the following: The Arthroscope system should meet or exceed the following technical specifications and must be compatible with a VA Owned Arthrex Synergy CCU System (Model AR-3200-0025 Serial# DFJ220008): 32 monitor and feature a wide-screen LCD with UHD 4K resolution, wide viewing angle, high-brightness LED backlight output stabilization over time, UHD (3840x2160), with FHD and legacy input accepted Monitor must be easily mountable onto a boom. The Arthroscope imaging system should come with a Video Cart. The video cart shall include five shelves, one drawer, one-foot pedal holder, one secondary arm, and the main monitor boom arm. Video cart shall have wheels to provide easy OR mobility, as do the handles on front and rear of the cart. The Arthroscope system should have a Camera head that provides true 4k or HD resolution and be compatible with VA Owned Arthrex Synergy CCU System (Model AR-3200-0025 Serial# DFJ220008). Arthroscopic Shaver System and accessories shall be compatible with VA Owned Arthrex Synergy CCU System (Model AR-3200-0025 Serial# DFJ220008). The system must have a touch-panel control designed for multiple orthopedic procedures. System must feature two fully functional channels that allow optional simultaneous handpiece operation. System shall use a single footswitch to control both channels or attach a second footswitch to the console to operate each channel individually. The arthroscopes must provide a superb image quality and durability and include instrument cases for proper storage. Arthroscopes must be compatible with a VA Owned Arthrex Synergy CCU System (Model AR-3200-0025 Serial# DFJ220008). Knee Hand instrument kits must be state-of-the-art quality, durability, and precise tactile feel, with a low-profile tip to facilitate easier access to pathology in tight joint spaces with precision cutting edges. Beach Chair Positioning System and accessories shall allow unobstructed posterior access and make repositioning the patient quick and easy. The shoulder wings shall` remove completely for unobstructed shear-free access to the operative shoulder. Operating systems on devices must be interfaced and communicate to the network with Veterans Health Information Systems and Technology Architecture (VistA). The Contractor shall provide all necessary tools, interfaces, equipment/hardware, software, licenses, delivery, installation, warranty, and in service or training. If this is an item your business can provide, please respond to this Sources Sought Notice by 08:00 AM Central Time on Wednesday, 12 June 2024. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. where is the item manufactured, the VA is interested in procuring items manufactured in the United States. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide these products listed in the table in the background and requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Michelle Cunningham at michelle.cunningham@va.gov. DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0b2a2bbfe984669ab60a1df46b142bd/view)
 
Place of Performance
Address: VA Harlingen Healthcare Center 2601 Veterans Drive Harlingen, TX 78550, USA
Zip Code: 78550
Country: USA
 
Record
SN07086244-F 20240606/240604230123 (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.