SOURCES SOUGHT
65 -- TEE Probe Cabinet
- Notice Date
- 6/18/2025 12:32:44 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q1040
- Response Due
- 6/26/2025 10:00:00 AM
- Archive Date
- 07/26/2025
- Point of Contact
- Melissa Ramirez, Contract Specilaist
- E-Mail Address
-
Melissa.Ramirez8@va.gov
(Melissa.Ramirez8@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a Transesophageal Echo (TEE) Probe Cabinet equivalent to the brand LogiQuip. CLIN ITEM DESCRIPTION QTY UOM 0001 LogiQuip TEE Probe Cabinet 42580SCHG-5T or equal 1 EA 0002 Installation and Assembly 1 JB STATEMENT OF WORK General: VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd Los Angeles CA, 90073 has a requirement for one (1) Transesophageal Echo (TEE) Probe Cabinet equivalent to the brand LogiQuip with the following required Salient Characteristics. VA GLA Healthcare System intends to implement a resuscitative transesophageal echo (TEE) program to improve resuscitative efforts for patients in cardiac arrest. TEE allows for real-time visualization of cardiac function during resuscitation, enabling immediate and accurate interventions, ultimately reducing mortality and improving recovery times for critically ill patients. To ensure the safety and effectiveness of TEE procedures, proper storage of TEE probes is essential. Improperly stored probes can promote bacterial growth, which increases the risk of transmitting infections to patients during use. These infections can lead to hospital-acquired infections, which are not only a significant financial burden but also pose a severe risk to patient health, potentially resulting in death. Therefore, it is imperative to procure specialized storage cabinets designed to maintain the sterility of TEE probes. Scope: VA GLA Healthcare System SPS department, is looking to acquire Transesophageal Echo (TEE) Probe Cabinet to ensure proper storage and sanitization of TEE probes. The contractor is required to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. Additionally, contractor must be able to provide installation, put into operation all equipment, and maintain regular maintenance. Requirements/Salient Characteristics: CLIN 0001 LogiQuip TEE Probe Cabinet 42580SCHG-5T or equal Quantity: 1EA Must comply with hospital and clinical sterilization standards. Must be able to store a minimum of 5 TEE probes. Must include a HEPA filter to always maintain positive pressure and a sterile environment for probes. Must feature an easy to-clean drip pan to facilitate proper maintenance and ensure hygiene. Must have transparent glass doors to allow for visual inspection of stored probes without opening cabinet. Must have a small footprint with size dimensions no greater than 18 inches (width) x 36 inches (depth) x 87 inches (height). Installation and Maintenance Service: The contractor is required to manage and coordinate On-site installation of items and services identified in this document at the VA Greater Los Angeles with designated POCs. The contractor shall provide all travel, tools, labor, and materials necessary to complete assembly and installation of items detailed in this document. The contractor shall provide labor to move new unit from warehouse to designated location. The contractor shall install new unit according to manufacturer s recommendations and shall verify that the new equipment is fully functional before checking out. The contractor is required to troubleshoot support and ensure the cabinet is complaint with all performance standards. The contractor must be able to conduct routine maintenance and filter changes as needed and providing bi-annual service reports. Deliverables: NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the SOW is outlined above Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. For equal to items/services, the contractor is allowed to create additional line items on feature/accessories and provide pricing in order to meet the SOW. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. Period of Performance: 30 Days ARO Delivery Schedule: Hours of operations: Mon-Fri / 8:00am -4:00pm Place of Performance: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 The list of TEE Probe Cabinet characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, June 26th, 2025 by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5959b9ffe32840eebbbfdbeacf57fb96/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN07483345-F 20250620/250618230340 (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 |