Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

65 -- PI DRIVE MOTORS - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9822
 
Response Due
7/17/2018
 
Archive Date
8/16/2018
 
Point of Contact
Winston Graber
 
E-Mail Address
n.graber@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25618Q9822 BACKGROUND: The Houston VAMC has a requirement for the following brand name supplies: Manufacturer Stock # Item Description SEE SOW ATTACHED REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov. Please respond to this RFI no later than July 17, 2017. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Statement of Work Service Care Line: Michael E. DeBakey VA Medical Center Department: Operative Care Line, Dental Service Project: Stryker OMFSHP -10 I. Introduction The Michael E. DeBaeky VA Medical Center, Operative Care Line, Dental Service is seeking ORAL & MAXILLOFACIAL EQUIPMENT for use in the oral surgery suite and Operating Room II. Project Scope New technology to assist with Oral & Maxillofacial Surgery being conducted daily to our Nation s move the department to the next generation of technology. With that, move being successful is expedient ordering and delivery of new and additional medical equipment necessary to see and treat patients, particularly in specialty clinics, like the new Dental clinic. This project for the below listed dental equipment will increase patient access to care and, in turn, improve patient satisfaction. This equipment is foundation of performing dental surgery in a dental office.. III. Product Specifications and Quantities TT drive / Pi Drive Motor - SALIENT CHARACTERISTICS 60 percent more powerful than the drive Motor 242 percent more torque at max speed of 75K RPMs 34 percent lighter than our high-performance Sumex Drill 245 percent more volumetric optimization than Sumex Low-friction coating that reduces friction and the collection of debris Optional motor extender for enhanced grip options and ergonomics Detachable handswitch Powered by the CORE Console for unified OR operations Highly tunable to the surgeon s touch through our exclusive I.D. Touch technology Works with the industry s most comprehensive lineup of Elite, Footed, Heavy Duty and MIS attachments and cutting accessories including tapered and telescoping options for optimal sightlines. IV. Warranty and Support The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty. N/A V. General Information / Requirements Hard copies of brochures for proposed equipment illustrating dimensions, pictures and materials shall be brand name or equal. All products shall have same or better warranty as comparable products above. Installation and/or delivery scheduling needs to be coordinated with COR. The installation and/or delivery shall occur Monday-Friday between the hours of 8:00 AM-4:30 PM. Installation and/or delivery costs should be included in bid quote but be listed as separate line items. Products shall be shipped to the MEDVAMC. Point of contact information: Michael E. DeBakey VA Medical Center ATTN: Administrative Officer Andrea Ware Dental Service (160) 2002 Holcombe Blvd. Houston, TX 77030 713-794-7160 Product shall have a National Fire Protection Association (NFPA) 701 fire rating. All punch items shall receive VA approval. Once all products are installed and/or delivered, contractor shall send email to VA COR/Interior Designer confirming 100% completion. ATTENTION COR EVERYTHING BELOW THIS LINE SHOULD BE COMPLETED ON AN AS NEEDED BASIS. __________________________________________________________________________ 1. Installation: All work and installation will be coordinated with the COR and/or OI&T, and Biomedical Engineering groups. Phasing and work schedule will be provided and coordinated with the COR. A detailed installation schedule will be provided during a project implementation kick-off meeting. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9822/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9822 36C25618Q9822.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474706&FileName=36C25618Q9822-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474706&FileName=36C25618Q9822-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04986494-W 20180713/180711230828-0b6f3f069541161276dbde40d77dda22 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.