Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
DOCUMENT

66 -- 36C258-18-AP-0453 | 649-18-3-042-0071 - Bladder Scanners (VA-18-00128692) - Attachment

Notice Date
7/17/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;500 U.S. Hwy N;Prescott AZ 86313
 
ZIP Code
86313
 
Solicitation Number
36C25818Q9628
 
Response Due
7/24/2018
 
Archive Date
8/23/2018
 
Point of Contact
COLUMBUS CAMPBELL
 
E-Mail Address
928
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Northern Arizona VA Health Care System (NAVAHCS) has a requirement for Scanner, Bladder with Printer The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery of the requirement to the Northern ARIZONA VA HEALTHCARE SYSTEM. Unique Features: This project encompasses EQUIPMENT: MDSB10700 1 Scanner, Bladder with Printer 10 EA Northern AZ CARE SYSTEM (NAVAHCS):500 North Highway 89 North Prescott,AZ.86313 The applicable NAICS code is 333314 MEDICAL EQUIPMENT & SUPPLIES. Small Business manufacturers for this NAICS code have a size standard of 500 Employees.   The resulting contract will be a firm fixed price order. The term of the contract is intended to be 8-10/2018 09/10/18. It is anticipated that a Request for Quotes will be issued in August 2018. Award of a firm fixed price contract is contemplated by August 10, 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is July 23, 2018 at 2:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Columbus.Campbell@va.gov. Hard copy submissions are acceptable to VISN 22 Network Contracting Office; 3623 Crossing Drive, Prescott,AZ.86313. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. NAVAHCS STATEMENT OF WORK BLADDER SCANNERS (Acute Care and Primary Care Service Lines) 1.Requirements: Ten (10) Bladder Scanners Machine requirements are as follows: Movable/portable, with medical cart/stand and basket Must be non-invasive Must be easy to use on all patients, to include bariatric Easy to locate the center of the bladder, size, and shape Probe cover to protect probe from damage Must assess urinary retention and postoperative urinary retention Helps to prevent unnecessary catheterization Helps to reduce rates of catheter-associated urinary tract infection Helps differentiate between types of incontinence Helps monitor intermittent catheterization Must help evaluate many common urological conditions such as: Benign prostatic hyperplasia Bladder outlet obstruction Overactive bladder Lower urinary tract symptoms Must have an LCD touch-screen display (full color) with ability to display bladder position and volume, with a real-time pre-scan to increase proper probe placement, preventing additional time to rescan Must have a 3-D display and two (2) cross sectional images Requires built-in printer with easy-to-print results for clinicians to immediately review images Requires rechargeable batteries and charger for intermittent use without immediate electrical accessibility Alerts users when machine experiences problems 1-year minimum warranty w/service and full calibration able to be completed on site by BioMed department without requirement of a separate maintenance contract and without requiring access to NAVAHCS network. Annual calibrations and probe replacements would not require a contract or connection of the unit to NAHAHCS network. Ability to replace probes onsite to minimize downtime New Equipment ONLY; NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The C&A requirements do not apply, and a Security Accreditation Package is not required. 2. Delivery Date: ASAP after order is placed. 3. Delivery Location: This is a consolidated purchase with requires delivery to only one location. Northern Arizona VA Health Care System (649) 500 Hwy. 89 N Warehouse, Bldg. 20 Prescott, AZ 86313 Point of Contact: Susan Kanzer 928-445-4860, x3365 Adam Wilson 928-445-4860, x7158 5. Delivery Charges: All delivery charges must be included in the price of the items. 6. Technical Support: Initial setup and training is included with purchase.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/36C25818Q9628/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9628 36C25818Q9628.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489698&FileName=36C25818Q9628-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489698&FileName=36C25818Q9628-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04994336-W 20180719/180717230759-dbf3cd4236a78b43057c6733d129c58b (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.