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 -- SensiLase PAD-IQ System - 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;1515 Poydras Street;Suite 1100;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9821
 
Response Due
7/16/2018
 
Archive Date
8/15/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE SensiLase PAD-IQ The overall purpose is to provide and install a SensiLase PAD-IQ System to the Southeast Louisiana Veterans Health Care (SLVHCS), Medicine Service, located at 2400 Canal Street, New Orleans, LA 70119. The specific requirements for this procurement are listed in the Statement of Work and Required Items List within this Sources Sought notice. Instruction to Offerors Guidance: This Sources Sought Notice is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government s use of such information. This Sources Sought Notice is for planning purposes only and is intended to identify contractors in any socioeconomic category who can support this requirement. INSTRUCTIONS FOR SUBMISSION Interested contractors shall submit a response via e-mail only to Iris Ramirez, Contract Specialist iris.ramirez@va.gov. Responses are due no later than July 16, 2018 by 2:00 p.m. Eastern Daylight Time (EDT). Respondents should include as part of their submission: Indicate if you can provide all items listed in the Statement of Work to include installation and training. If/when this requirement is solicited it will be all or nothing meaning that prospective contractors must be able to provide all items. Please do not submit a price quote as this request is for market research/informational purposes only. The purpose is to identify potential contractors that can provide and install a SensiLase PAD-IQ System. Statement of Work SensiLase PAD-IQ Plus Installation Southeast Louisiana Veterans Health Care System New Orleans, LA 05/04/2018 1, PURPOSE 1.1 The purpose is to provide a SensiLase PAD-IQ system for Surgical Service located at the Southeast Louisiana Veterans Health Care System (SLVHCS), Medicine Service, 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide a complete medical device and accessories for a SensiLase PAD-IQ System. The SensiLase PAD-IQ System is the most comprehensively diagnostic medical device that evaluates vascular conditions of the extremities. It is a portable device that allows surgeon to utilize in multiple areas within the outpatient clinic. Thorough and current clinical standards, SLVHCS request s the brand name SensiLase PAD-IQ System. All products must meet all salient characteristics and brand name defined in this section. 2.2 SALIENT CHARACTERISTICS 2.2.1 SensiLase PAD-IQ System Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Silent Characteristics: Must be a peripheral arterial diagnostic medical device that evaluates the vascular conditions. Portable and measuring (size) approximately: 23 x 19 x 25 cm (9 x 8 x 10 inches) It has the ability to perform microcirculatory assessments of the skin perfusion pressure, pulse volume recording, and ankle brachial index. Touch screen ability with the ability to view the findings in color. Ability to view wounds and the surface; in addition, the ability to track and measure the wound size. HIPAA-compliant; if necessary, EMR and HL7 compatible Operating system must be Windows 7 or newer. System inputs/outputs: USB, Ethernet, Wi-Fi, and Bluetooth Performance: Cuff pressures ranges: 0 to 250 mm Hg Pressure accuracy: +/- 3 mmHg from 0 to 200 mmHg Electrical Power: 120 VAC for operation in US; AC power cord, Hospital Grade Laser Doppler: Laser cable Wavelength: minimal 785nm Laser - Class 1 per IEC 60825:2007; Equipment classification Type BF 2.2.2 Pole Mount Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03649 2.2.3 PAD-IQ Stand with baskets Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03701 2.2.4 Smart Guides, one box (50 units) Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03751 2.2.5 Micro Cuff liners, one box (20 units) Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03310-004 2.2.6 Small Cuff liners, one box (20 units) Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03310-005 2.2.7 Medium Cuff liners, one box (20 units) Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03310-006 2.2.8 Onsite In-service and Training Suggested Manufacturer Brand Name or equal to: SensiLase PAD-IQ System Item: 03427-41 2.2.9 Ground 7-10 days 3. DELIVERY 3.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 by September 1, 2018. The medical device is going to be delivered to the Podiatry Specialty Program within Surgery Service. 3.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 3.3 Package to prevent damage or deterioration during shipment, handling, and storage. 3.4 Maintain protective covering in place and in good repair until delivery is necessary. 3.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 3.6 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 3.7 Delivery and Installation will be coordinated through the COR. 4. INSPECTION AND ACCEPTANCE: 4.1 The Contractor shall conduct a joint inspection with the COR or designee upon delivery, if necessary. 4.2 INSTALLATION 4.2.1 All equipment shall be installed and setup on the provided cart designed for the SensiLase PAD-IQ System by contractor upon delivery unless otherwise noted above. 4.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 4..2.3 Installation must be completed by September 1, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 4.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 4.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 4.2. 6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 4.2.7 SITE CONDITIONS 4.2.71 There shall be no smoking, eating, or drinking inside the hospital at any time. 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 Binders - Quantity (2) each for items 2.2.1 2.2.8 5.1.2 Digital Copies- Quantity (1) each for items 2.2.1 2.2.8 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 6. OPERATOR TRAINING: 6.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8. SECURITY REQUIREMENTS 8.1. "A&A requirements do not apply--Security Accreditation Package is not required". See ISO attachment. 9. WARRANTY 9.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 9.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9821/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9821 36C25618Q9821.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474628&FileName=36C25618Q9821-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474628&FileName=36C25618Q9821-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04986559-W 20180713/180711230842-2795370dcae3a6f756bd1f6160700ba3 (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.