Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

65 -- Quantum Perfusion Technologies and Product Support

Notice Date
2/16/2023 8:09:17 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0379
 
Response Due
2/21/2023 1:30:00 PM
 
Archive Date
04/22/2023
 
Point of Contact
Manases Cabrera, Contracting Specialist, Phone: 781-687-4418
 
E-Mail Address
manases.cabrera@va.gov
(manases.cabrera@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources-sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. Statement of Work Medical Quantum CPB System, Cardiac INTRODUCTION: The VA Boston Healthcare System Surgical Department, Cardiac, needs the Medical Quantum CPB system for the OR, 1400 VFW Pkwy, West Roxbury. The Medical Quantum CPB system is a critical device that makes it possible for open heart surgery. It is designed to take over the job of a patient s heart and lungs so that a surgeon can operate on a non-beating heart. Our current Heart & Lung machines are 10 years old. To keep pace with current safe techniques and proper patient monitoring, it is vital that our heart and lung machines are up to date. Updating the heart and lung system to the same company makes for easy integration and eliminate multiple vendors for device maintenance. All contractor personnel shall report and obtain a short-term identification badge issued by the COR or government designated representative.  Such badge shall be worn by the individual and prominently always displayed while on VA Property.  No employee of the contractor shall enter the site without a valid identification badge issued by the VA.  To obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state, or local government agency. After hours all contractor personnel (without exception) must report to the Clinical Engineering Department, to sign in where a contractor identification badge is verified before any work is performed. Contractor personnel will be escorted by Clinical Engineering staff for the duration of work performed and return to the same location to sign out and turn-in documented service report for the service performed SUPPLIES OR SERVICES AND PRICES/COST: Item Part # Description/Part Number* Est. Qty Est Price Est Total Price 1 51-000059-00 QPF4 - New York 3 2 51-000021-00 Quantum Power Supply 3 3 20-000391-00 Cordset C19 V-Lock 6m NEMA 5-15P US Clear 3 4 51-000003-00 Quantum Console Module (5 Rotary Knobs) 3 5 51-000032-00 Sensor Module 3 6 51-000013-00 Quantum Roller Pump - 6"" 12 7 43-000955-00 6"" Hand Crank Assembly 3 8 51-000062-00 Quantum Centrifuge Drive - CP37 6 9 52-000028-00 Centrifugal Hand Crank - CP37 3 10 52-000013-00 Drip Stand Assy 6 11 52-000003-00 Tray Assy - 325x115x15mm 3 12 43-000653-02 1.25 Vert. Tube Clamp - Single 6 13 43-000654-01 1.25 Vert. Tube Clamp - Double 6 14 52-000017-00 Ball & T-Bar Hex Driver Kit 3 15 52-000024-00 Horizontal Pole Mounting Arm - Hook Plate 3 16 52-000060-00 G-Clamp to Hook Plate Adaptor Assy 3 17 51-000097-00 Pressure Sensor 2.0m Assy 9 18 51-000067-00 QFS 9/16 x 2.0m (ID 3/8"" x Wall 3/32"") 3 19 51-000068-00 QFS 11/16 x 2.0m (ID 1/2"" x Wall 3/32"") 3 DELIVERY LOCATION: Deliveries will be made to: VA Boston Healthcare System, Cardiac, OR, 1400 VFW Pkwy, West Roxbury, MA 02132 REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). 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 not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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. 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. 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. Please submit your capabilities regarding the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to manases.cabrera@va.gov no later than, 4:30 PM Eastern Standard Time (EST) on February 21, 2023. This notice will help the VA in determining available potential sources only. 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, Manases Cabrera. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties later and interested parties must respond to the solicitation to be considered for award. 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 e-mail to Contracting Specialist at manases.cabrera@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/8ce1110c6ff9489cb52516656a2702dd/view)
 
Place of Performance
Address: VA BOSTON HEALTHCARE SYSTEM WEST ROXBURY CAMPUS 1400 VFW PARKWAY, WEST ROXBURY 02132, USA
Zip Code: 02132
Country: USA
 
Record
SN06594643-F 20230218/230216230120 (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.