Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOURCES SOUGHT

65 -- 629-19-2-096-0317 - Prosthetic Flexible Wishbone Vascular Arm with Retractor System - 36C256-19-AP-1506

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
ALEXANDRIA VA HEALTH CARE SYSTEM;NETWORK CONTRACTING OFFICE 16;ALEXANDRIA VA HEALTH CARE SYSTEM;PO BOX 69004;ALEXANDRIA LA 71306-9004
 
ZIP Code
71306-9004
 
Solicitation Number
36C25619Q0497
 
Response Due
3/11/2019
 
Archive Date
5/10/2019
 
Point of Contact
mari.gibson@va.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 4 of 4 SOURCES SOUGHT Flexible Wishbone Vascular Surgery Omni Retractor System NEW ORLEANS VAMC The New Orleans VA Medical Center is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Flexible Wishbone Vascular Surgery Omni Retractor System The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113. The items and required quantities are shown in the DRAFT SOW below: DRAFT Statement of Work Flexible Wishbone Vascular Surgery Omni Retractor System Southeast Louisiana Veterans Health Care System New Orleans, LA 1. PURPOSE 1.1 The purpose is to provide the Surgical Accessories for Surgical Service at Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119. The one-piece wishbone frame allows body wall deep retractor regardless of patient size and anatomical structure. The multiple positional blades firmly from any plane. The hinged extension arm encloses the operative site for 360-degree retraction. 2. SCOPE 2.1 The Contractor shall provide all listed surgical accessories/instruments to complete the current Flexible Wishbone Vascular Surgery Omni Retractor System. The Flexible Wishbone Vascular Surgery Omni Retractor System is the most comprehensively designed table-mounted surgical retractor system. SLVHCS request s the brand name Integra because we have an incomplete system to perform vascular operations. All products must meet all salient characteristics and brand name defined in this section. 2.2 SALIENT CHARACTERISTICS BRAND NAME ONLY: Manufacturer: Integra, Integra Omni-tract Image (reference only; may or may not have the listed instruments ) 2.2.1 OMNI-FLEX, STANDARD WISHBONEFRAME ARM Item: 10269 2.2.2 MAYO SWIVEL RETRACTOR, 2-3/4" X 2" Item: 3335 2.2.3 MAYO SWIVEL RETRACTOR, 3-1/2" X 2" Item: 3397 2.2.4 FENCE SWIVEL RETRACTOR, 4" X 6" Item: 3772 2.2.5 SPLANCHNIC SWIVEL RETRACTOR, 2" X 4-1/2" (5CM X 11.4CM) Item: 3888 2.2.6 SPLANCHNIC SWIVEL RETRACTOR, 2" X 6" (5CM X 15.2CM) Item: 3774 2.2.7 RENAL VEIN SWIVEL RETRACTOR, 1" X 6" (2.5CM X 15.2CM) Item: 4928 2.2.8 DEAVER SWIVEL RETRACTOR, 2-3/4" X 4-1/2" (7CM X 11.4CM) Item: 3784 2.2.9 MALLEABLE SLOTTED SWIVEL RETRACTOR, 2" X 6-1/2" (5CM X 16.5C) Item: 3788 2.2.10 MALLEABLE SLOTTED SWIVEL RETRACTOR, 3" X 6-1/2" (7.6CM X 16) Item: 3790 2.2.11 HARRINGTON SWEETHEART SWIVEL RETRACTOR, 2" X 5" (5CM X 12.7C) Item: 3794 2.2.12 RAKE RETRACTOR, 7/8" X 1/2" (2.2CM X 1.3CM) Item: 4958 2.2.13 RAKE RETRACTOR, 7/8" X 1" (2.2CM X 2.5CM) Item: 4957 2.2.14 RICHARDSON STONEY RET. MICRO-ADJUST, 3/4" X 2" (1.9CM X 5CM) Item: 4956 2.2.15 RICHARDSON SWIVEL RETRACTOR, 3/4" X 1" (1.9CM X 2.5CM) Item: 4959 2.2.16 RICHARDSON SWIVEL RETRACTOR, 1" X 2" (2.5CM X 5CM) Item: 4960 2.2.17 RICHARDSON SWIVEL RETRACTOR, 1" X 2" (2.5CM X 5CM) Item: 4961 2.2.18 HINGED EXTENSION ARM, 19" (48.3CM) Item: 11121 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. The accessories/instruments belong to 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 prior to initial award delivery date for verification of delivery and installation dates. 4. INSPECTION AND ACCEPTANCE: 4.1 The Contractor shall conduct a joint inspection with the COR upon delivery of tools. 4.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 6. SECURITY REQUIREMENTS 6.1 The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 7. WARRANTY: 7.1 The contractor shall provide all manufacturers warranty with products upon delivery. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to supply these items, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort. We are seeking VIP-Certified Veteran-Owned Small Business sources, but any Small Business should identify its capability to provide the equipment. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 2:00pm, March 11, 2019. All responses under this Sources Sought Notice must be emailed to mari.gibson@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. In accordance with FAR 15.201(e), 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/36C25619Q0497/listing.html)
 
Place of Performance
Address: SOUTHEASTERN LOUISIANA VETERANS HEALTH CARE;SYSTEM, 2400 CANAL STREET;NEW ORLEANS;LOUISIANA
Zip Code: 70119-6535
Country: USA
 
Record
SN05241404-F 20190308/190306230020 (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.