Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

65 -- 503-20-3-225-0172 | SMALL JOINT ARTHROSCOPE

Notice Date
7/10/2020 1:22:28 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0819
 
Response Due
7/15/2020 12:00:00 PM
 
Archive Date
09/13/2020
 
Point of Contact
Walida Moore, Contract Specialist, Phone: (412) 822-3928
 
E-Mail Address
walida.moore@va.gov
(walida.moore@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. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name or equal Small Joint Arthroscope Package located in VA Healthcare System, Altoona, PA. Requirements Compatibility Requirements: The James E. Van Zandt VA Medical Center has a new brand name requirement for Small Joint Arthroscope package to expand the Medical centers scope of care and to complete endoscopic surgical procedures. The arthroscope package is used for endoscopic small joint outpatient surgeries such as ankles, elbows, and wrists; the endoscope equipped with a camera is guided through a small incision (single-portal technique) or at the wrist and palm (two-portal technique). All instruments and accessories must be Smith and Nephew which connects with the VA Picis Clinical Solutions (PICIS) software system already in place. Brand Name: Smith & Nephew Small Joint Arthroscope General Requirements of the Arthroscope: Digital Capture Device: Must be able to connect and control camera, light source, arthroscopic shaver, arthroscopic RF, and arthroscopic pump. Must be able to control interface through camera head in the surgical field surgeon can control connected clinical devices directly from the camera head. Must be able to display critical device status onto surgical monitors: Connects to each clinical device (arthroscopic shaver, pump, RF generator, light source, camera), and displays critical device status on the surgical monitor being used in the sterile field. Must have device status display options (pump and insufflation preset pressure, pump and insufflation actual pressure, camera and light source light levels, arthroscopic shaver RPM s, arthroscopic shaver resection mode, digital capture disc usage and recording formats). Must be able to customize printing, saving, and clinical device setup/control for each surgeon with user profiles. Must have the Integrated Surgical Timeout feature: Pre-loaded with standard surgical timeout requirements, customizable per facility, displays surgical timeout questions on all monitors displayed. Must enable electronic documentation of surgical timeout feature and full-staff participation and saved to the patient s electronic file. Must store surgeon profile settings for: Arthroscopic shaver RPM s Surgical display color preference settings Camera system color/light preference settings Must be able to connect to existing equipment Light source power intensity settings Surgical Camera: Must be High Definition video Camera must have Integrated Device Control from the camera head Must have integrated enhancement for improved image brightness Must have integrated desaturation to desaturate red coloration in particularly red cases Must be able to control ICG viewing from the camera head buttons including backlighting and ICG laser adjustments Must have programmable color settings and button function settings per surgical specialty Must be ergonomic and have a lightweight design for minimally invasive surgery Company must provide set up services Company must provide tech support Surgical Video Display : Surgical monitor with LED Monitor must have 16:9 aspect ratio Monitor must have 1920 x 1080 native resolution Must have On-screen user interface with shortcut keys Must have double-sided anti-reflective coating Must have built-in handles to aid in monitor Must have the following inputs: DVI, VGA, HD/SD-SDI, C-Video, S-Video, Must have the capability of Picture in Picture, Picture by Picture, & Picture on Picture 4K Surgical Display: Surgical monitor must have the resolution of a 1080p image Monitor must have 4K pixel density to offer a bright, colorful viewing experience Must include multiple input options for use with a variety of visualization equipment Light Source: Must maintain strong white light output over course of use Must be able to control over the Light Source directly from the camera head Must enable users to visualize white light, Infrared light, and ICG fluorescence Must have Integrated Infrared lighted fibers and integrated ICG fluorescence capability Must have adjustable light intensity in both white light mode and in ENV mode Must have intuitive capacitive LED touch screen user interface Must be indicated for use to provide real-time endoscopic visibility and near-infrared fluorescence imaging Must provide enhanced visual assessment of vessels, blood flow and related tissue perfusion, in addition to bile duct visualization with the use of near-infrared imaging Insufflator : Must have Integrated Heating and Humidification: Gas heating allows CO2 to warm to core body temperature before entering the patient, designed to minimize laparoscope fogging Must have the ability to control connected devices, including the insufflator, from the sterile field using the camera head, remote control, touch panel, and voice control headset. This includes control over insufflator flow rates, pressure settings, and smoke evacuation levels. MUST INCLUDE DESUFFLATION Printer: Must be a Medical Grade Color Printer Must have Dye-Sublimated Thermal Printing Must include A4 and Letter Size Printing Options Corded Small Bone/Podiatry Hand Piece: Must have a dedicated wire driver for small bone orthopedic procedures System must have available hand switch and/or foot petal operation Must require no tools to load burs or blades Must have a removable hand switch to allow the same hand piece to be used for multiple functions. Console must be capable of operating two hand pieces at one time Sagittal saw must feature a rotating, indexing head to increase blade position versatility when cutting Cordless Small Bone Power Tool Must have a modular small bone power system with a pencil grip and a pistol grip available Must include the following modular motors: o Sagittal saw Oscillating saw Reciprocating saw Micro drill Universal driver Battery modules must have a 30-day shelf life without losing power or performance Battery must be insulated to increase resistance thermal damage from sterilization Must include a light to indicate battery status Must be compatible with resurfacing tool burs Large Bone Power Tool: Batteries must have a 30-day shelf life after charging with no loss of performance Batteries, chargers, and hand pieces must be compatible with existing batteries, chargers, and attachments Battery charger must track hand piece performance Rotary hand piece must offer 157 in/lbs. of torque. Rotary hand piece must have a drilling and reaming switch Sagittal Saw must offer 12,000 cpm in fast mode, and 10,000 cpm in standard mode. Reciprocating Saw must allow for two cut speeds for more versatility. The saw must offer up to 14,000 cpm in fast mode, and up to 11,000 cpm in standard mode Cordless driver must offer a reaming attachment which allows higher torque reaming with a medium bone hand piece Hand pieces must weigh less than 2.5 lbs. Must offer dedicated hand pieces for sagittal saw, rotary drill, reciprocating saw, sabo saw, and cordless driver in order to decrease OR staff time spend changing drilling/cutting components Hand pieces must be fully submersible, preventing liquid prevention from normal use Waste Management System must be continually closed, and utilize drip reduction manifolds with a backflow prevention valve Touch screen display must be at least 8.4 , with an additional display of at least 7 Must include a powered IV Must include internal rotating power washers for system cleaning Must include an integrated smoke evacuator Must include an automated cleaning cycle that does not require additional OR staff operation Smoke evacuation filter must have up to 80 hours of smoke evacuation independent of fluid suction time Instrument Driving Console: Must be able to power small bone power tools, and high-speed drills Must be compatible with existing power tools, and high-speed drills Must be able to create over 100 user profiles which can be stored and transferred Must have adjustable acceleration and braking Must have software which can adjust torque, tactile feel, and drill precision/performance Must have adjustable irrigation flow rate Must have at least three foot-pedal choices Must have at least three hand piece ports Must run at least 2 heavy duty hand pieces simultaneously Must have colored illumination to match drills and foot pedals Must have distinct, different audio tones to denote different actions and alerts High Speed Drills: Drill must be compatible with existing instrument driver Motor construction must utilize flat wiring and triangular shaped magnets to reduce size and increase run time while remaining cool Must spin at least 75,000 rpm Must have at least 5.5 in/lbs. of stall torque Must be less than .7 inches in diameter Must weigh less than .673 lbs. including hose Must include an integrated irrigation attachment Nerve Monitor: Must have ability to be used in ENT, Neurosurgery, and general surgery Laryngeal electrodes must work with any non-silicone ET tube Nerve activity review must be available during procedure and stored within device for later review Must stimulate and map cranial, peripheral motor, and mixed motor sensory nerves Must test muscle action potential to measure constancy of function before, during, and after surgery Must have an algorithm to distinguish between artifact and true nerve stimulation Bipolar Generator: Must have a color screen to allow for fast adjustments Must utilize aperiodic waveform to help eliminate popping during surgery Must offer both cut and coag functions Ultrasonic Aspirator: Must redirect the longitudinal stroke into a longitudinal and torsional motion, creating a non-rotational and highly directional motion providing the surgeon with the ability to safely dissect bone in close proximity with delicate structures Must be compatible with a tip consisting of two V-shaped notches opposite one another which enables fin, sharp dissection of target tissue Must have a universal hand piece that can operate all tips used with the system Hand piece must not require external cooling by piezoelectric transducer Console must have included irrigation System must use one, dual bore tubing kit for irrigation and suction Suction, irrigation, and ultrasonic functions must be able to be used alone, or simultaneously Radiofrequency Generator: Must be able to output no less than 100 watts Must be able to create a strip lesion without removing electrodes Must be able to choose the order of lesions Must track number of uses for each electrode Electrode must be compatible cannulas which form a V shape to target large lesion zones Electrode must be compatible with cannulas which have a side port to allow for improved anesthesia propagation local to the target lesion zone Electrode must be compatible with cannulas which have the ability for monopolar and parallel bipolar lesions Electrode must be compatible with 20-gauge cannulas Microdebrider Hand Piece Must have at least 5,000 rpm in oscillation Must have straight through suction Must have a flush feature to allow surgeon to manually unclog hand piece using its own irrigation Bone Mill: Must be compatible with multiple blade sizes Must have preassembled blades Must have a single pass cutting action to create uniform particulate size with exposure to low temperatures Must be compatible with existing instrument driving console Other medical requirements as directed by the Government: Must be able to provide surgical scopes (cystoscopes, laparoscopes, arthroscopes) as required by the Government to meet its minimum surgical needs. Must be able to provide manual instruments (graspers, scissors, obturators) to help with minimally invasive surgery as required by an authorized surgeon. Must provide a micro-cart that meets the minimum of hospital requirements. Must provide a desktop stand capable of being used in a surgical environment. Special Considerations: The equipment shall be delivered to the James E. Van Zandt Medical Center, warehouse, 2907 Pleasant Valley Blvd., Altoona, PA 16602; during regular receiving hours of 6:30 AM to 2:30 PM. Upon arrival of the equipment and clearance via the Medical Center policies, The contractor shall be responsible for initial set up of equipment, providing any necessary user/maintenance manuals, warranties and compatibility of all OI&T equipment within the VA. The vendor must set up a service contract with Bio-Med once the equipment arrives at the Medical Center. Training; The Contractor shall be responsible and ensure the Medical Center and its employees are trained and are comfortable to independently work the equipment. Contractor Shall provide delivery within 30 days of contract award ITEM CODE VENDOR DESCRIPTION UNIT QTY SMITH & NEPHEW SPIDER 2 ENDOSCOPE EA 1 SMITH & NEPHEW PIGGYBACK(2) ENDOSCOPE EA 1 SMITH & NEPHEW ACCESSORY, TRACTION EA 1 SMITH & NEPHEW WRIST ARTHROSCOPY ACCESSORY TENET EA 1 SMITH & NEPHEW WRIST COUNTER TRACTION POST TENET EA 1 SMITH & NEPHEW ANKLE ARTHROSCOPY ACCESSORY EA 1 SMITH & NEPHEW DYONICS POWERMINI W/HAND CONTROLS EA 2 SMITH & NEPHEW UNIVERSAL LIGHT GUIDE ORANGE 5MM X 10 FT EA 2 SMITH & NEPHEW DYONICS WOLF SOURCE VERSITIP EA 4 SMITH & NEPHEW DYONICS WOLF INSTRUMENT VERSITIP EA 2 SMITH & NEPHEW LIGHT CABLE, 2MM X 8FT EA 2 SMITH & NEPHEW VAS ASSEMBLY ROD LENS 1.9MM EA 2 SMITH & NEPHEW ROD LENS VAS 2.7 X 30DEG X 67MM W.L.X25 EA 2 SMITH & NEPHEW SPIDER 2 BATTERY EA 1 SMITH & NEPHEW CART, TRANSPORT, SPIDER EA 1 SMITH & NEPHEW THIGH SUPPORT FIERCELY EA 1 SMITH & NEPHEW MICROGRASPER, STRAIGHT EA 2 SMITH & NEPHEW MICROPUNCH, STRAIGHT EA 2 SMITH & NEPHEW MICROPUNCH, TEARDROP, RIGHT EA 2 SMITH & NEPHEW MICROPUNCH TEARDROP, LEFT EA 2 SMITH & NEPHEW HOOK, PROBE, 2.2MM EA 2 SMITH & NEPHEW TRAY, STERILIZATION MICRO-INSTRUMENT SET EA 2 SMITH & NEPHEW HOOK PROBE, 2.2MM EA 1 SMITH & NEPHEW CANNULA, 2.2 FOR 1.9 SCOPES EA 1 SMITH & NEPHEW TROCAR, 2.2MM FOR 1.9 SCOPES EA 1 SMITH & NEPHEW OBTURATOR 2.2MM FOR 1.9 SCOPES EA 1 SMITH & NEPHEW HOOK PROBE 2.2MM EA 1 SMITH & NEPHEW CANNULA 2.9 GRADUATED LUER EA 1 SMITH & NEPHEW OBTURATOR 2.9 PASSIVE BLUNT EA 1 SMITH & NEPHEW OBTURATOR 2.9 CONICAL,SHORT EA 1 SMITH & NEPHEW BLUNT NOSE JR PUNCH EA 1 SMITH & NEPHEW GRSPR, JT, SM EA 1 SMITH & NEPHEW CANNULA 2.9 OPERATIVE EA 2 SMITH & NEPHEW TRAY, STERILIZATION, LARGE GENERIC EA 3 SMITH & NEPHEW STERI-TRAY 3' X 9', 4.0MM SCOPE EA 4 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, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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). (5) 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? (6) 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 sub contracted work and completion of job. (7) 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. (8) 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? (9) 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. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. 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 walida.moore@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on July 15, 2020. 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 Officer, Walida Moore. 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. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) or General Services Administration e-Buy (GSA) web site for all qualified interested parties at a later date 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 Officer at walida.moore@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. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9af5a668954e4493b42dbde6dd8b090f/view)
 
Place of Performance
Address: Department of Veterans Affairs Medical Center James E. Van Zandt Medical Center 2907 Pleasant Valley Blvd, Altoona, 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN05718209-F 20200712/200710230201 (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  © 1994-2020, Loren Data Corp.