Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOURCES SOUGHT

65 -- ENDOSCOPY CARTS

Notice Date
6/28/2024 7:44:43 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0990
 
Response Due
7/8/2024 6:00:00 AM
 
Archive Date
07/23/2024
 
Point of Contact
DONALD V. HARRIS, CONTRACTING SPECIALIST, Phone: 757726-6089
 
E-Mail Address
donald.harris@va.gov
(donald.harris@va.gov)
 
Awardee
null
 
Description
Page 1 of 6 Page 1 of 6 Page 1 of 6 THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS NOTICE. This Sources Sought notice is issued solely for information and planning purposes and does not constitute the Government will contract for the items contained in this announcement. PURPOSE: The purpose of this notice is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 339113 with the Small Business Size Standard of 800 employees. If the Government determines there are qualified vendors with this requirement, a solicitation will be published and posted on the Contracting Opportunities website https://sam.gov/content/home . The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: The Richmond VA Medical Center/Healthcare System (RVAHCS) has a new requirement for Endoscopy Carts. This requirement is needed for Fredericksburg HCC. REQUIREMENTS: NOTE: The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can deliver the following item(s) to the Fredericksburg HCC, 10432 Patriot Highway, Fredericksburg, VA 22408: Salient Characteristics: Brand Name or Equal DESCRIPTION OF INFORMATION REQUESTED: HCC-113 ENDOSCOPY CARTS LINE ITEM Item Description Make Model 0001 MOBILE WORKSTATION US 15A GI Olympus K10037158 : WM-NP3 0002 EVIS EXERA III HD COLONOSCOPE Olympus CF-HQ190L : CF-HQ190L 0003 DUODENVIDEOSCOPE Olympus TJF-Q190V ; TJF-Q190V 0004 EVIS EXERA III HIG Olympus GIF-1TH190 ; GIF-1TH190 Salient Characteristics: 0001 Mobile Workstation Height (scope pole in highest position): Between 81 and 85 Workstation Only: No more than 56 Workstation, to top of tray: No more than 46 Workstation, with 26 LCD monitor in highest position: No more than 82 Depth: 24 26 Width: 24 28 (Narrow Width) Weight Unloaded, including fitted separation transformer: 180 lbs. 190 lbs. Load capacity Top Tray: 40 lbs. 45 lbs. Intermediate Shelves: 65 lbs. 70 lbs. Base Panel: 75 lbs. 80 lbs. Castors: (4) twin wheels (2) x antistatic (conductive) brakes (2) x non-antistatic (non-conductive) brakes Separation Transformer: Input voltage: 110-120 V Frequency: 60 Hz Power Input (max): 1650 VA Inrush Current: 25A Maximum Load: 1550VA Maximum load current: 16A Circuit breakers (dual circuit, single actuator) breakers (dual circuit, single actuator): 2 x 16A 0002 - Flexible Sigmoidoscopes Salient Characteristics: 1. Requires up to 140-degree field of view with 3 to 100 mm depth of field. 2. 12.8 mm OD Distal End & 13.2 mm OD Insertion Tube. 3. Angulation range up to Left 160 degrees, right 160 degrees, down 180 degrees & Up 180 degrees. 4. Working length up to 730 mm with a total length up to 1040 mm. 5. Inner diameter up to 3.7 mm. Minimal visible distance up to 5 mm from distal end. 0003 Duodenoscopes 1. Requires up to 100 degrees field of view, 5 to 6 mm depth of field. 2. 13.7 mm OD distal end & 11.3 mm OD Insertion Tube. 3. Bending section up to Left 900 degrees, right 110 degrees, down 90 degrees & Up 120 degrees. 4. Working length up to 1240 mm with a total length up to 1550 mm. 5. Instrument channel inner diameter up to 4.2 mm with a visible distance up to 10 mm 0004 - Gastroscopes 1. Requires up to 140 degrees field of view with 2-100 mm depth of view. 2. Distal end OD up to 10.0 mm. 3. Insertion tube OD up to 10.9 mm with a working length up to 1030 mm. 4. Channel ID up to 3.7 mm and minimal visible distance up to 3.0 mm from the distal end. 5. Bending section up to 100 degrees left, 100 degrees right, 90 degrees down and 210 degrees up. 6. Total length up to 1350 mm. Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Est. Delivery Start Date Est. Delivery End Date Fredericksburg HCC 09/02/2024 11/1/2024 On-Site Delivery: The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded by the vendor, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Deliverables The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. AutoCad or Revit drawings are not a requirement of this SOW. The vendor shall provide a completed VA Form 6550 (newly updated as of 10/01/2023) with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. The C&A requirements do not apply, and a Security Accreditation Package is not required. The vendor shall coordinate training dates with the on-site Project Manager. Post-award, these dates will be confirmed with the vendor to meet the clinical schedule. Proposed training date will occur after installation of equipment. Current timeframe of training is November 2024. The vendor shall provide documentation and/or certification to each staff member that has successfully completed the training. Security and Confidentiality VA Network Connection: is is not required If checked above, this equipment does connect to a VA network. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist, block 6, the C&A requirements do apply to this requirement, and a Security Accreditation Package is required. This equipment does hold or store patient information. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist block 7, Appendix B and C provisions apply. Appendix B: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Appendix C: VA will own this equipment. If vendor needs access during delivery, assembly, install or repair, the contractor shall be escorted by a VA employee to ensure there is no exposure to VA sensitive information. If the contractor is required to be on site for more than two consecutive days, VHA Privacy Training, TMS Course. Standard Warranty The products shall be covered by vendor s standard warranty terms and provisions. Vendors to provide their standard warranty information in their quotes. It should be noted however that the warranty coverage shall be no less than 1 YEAR. The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor; Use of Premises If during the performance of this contract, work will be carried out at the Fredericksburg HCC premises, the vendor shall perform all work in such a manner that will cause a minimum interference with facility operations and the operations of other contractors on the premises. The vendor shall communicate through the IOT&A POC and VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). The vendors shall abide by all rules and regulations set forth by the Richmond VAMC, Fredericksburg HCC and/or state and federal governments due to the Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on the campus grounds, if required. Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than 09:00 am EST Monday 08 July 2024. All interested parties should respond, in writing via email to donald.harris@va.gov and jamie.sullivan4@va.gov. No telephone inquiries will be accepted. Respondents to this notice shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Sufficient detail to demonstrate ability to meet all equipment needs in the list of items and delivery Authorized distributor letter if applicable Tax ID number UEI number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award. Please submit responses via email in by 9:00AM (Eastern Standard Time) 07/08/2024. Please include SS# 36C24624Q0990 in subject title. NOTE: Information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is for government market research purposes ONLY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/efabbd2da5854a53b6696dc25a048a24/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS FREDERICKSBURG HCC 10432 PATRIOT HIGHWAY, Fredericksburg, VA 22408, USA
Zip Code: 22408
Country: USA
 
Record
SN07112802-F 20240630/240628230127 (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.