SOURCES SOUGHT
65 -- DANTEC CLAVIS EMG STIM DEVICE ""BRAND NAME OR EQUAL TO NATUS IAW SOW"". OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
- Notice Date
- 6/20/2025 9:18:43 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0596
- Response Due
- 6/27/2025 9:00:00 AM
- Archive Date
- 07/07/2025
- Point of Contact
- Mohsin Abbas, Contracting Specialist
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: DANTEC CLAVIS EMG/STIM DEVICE BRAND NAME OR EQUAL TO NATUS IAW STATEMENT OF WORK OEM DISTRIBUTOR/ AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE AND THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE . MUST PROVIDE THE COUNTRY OF ORIGIN (COO) FOR EACH LINE ITEM SEPARATELY This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Baltimore VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington Baltimore VA Medical Center WAREHOUSE/ATTN: 10 North Greene Street Baltimore, MD 21201. 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. 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS ** **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. If you are not a manufacturer. Company shall provide an authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number and SIN number? If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract/SIN? Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Friday, June 27, 2025, by 12:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) DANTEC CLAVIS EMG/STIM DEVICE FOR BALTIMORE VAMC. SECTION 1: BACKGROUND 1.1 Why does your service require this equipment Handheld Estim/EMG device is needed to allow Physician to improve and precisely treat strabismus, dystonia, torticollis, blepharospasm and spasticity. Section II PURPOSE 2.1 PRODUCT, SERVICE OR OUTCOME NEEDED. What will the vendor do? Delivery, installation, assembly, start up? The vendor will only deliver the items and will not be needed for installation. Providers are already familiar with Estim/EMG devices. The device does not have any type of software that will require connection to the VA network 2.2 SCOPE OF THE PRODUCT, SERVICE, OR OUTCOME. BRAND NAME OR EQUAL TO NATUS: SALIENT CHARACTERISTICS: Must have EMG and Stim function in one device. Must provide muscle and nerve localization for accurate guide and monitoring injection of medical products Device should have a high sampling rate, low noise level and advanced filtering capabilities. Sampling rate of at least 1000Hz and noise level below 1v The device must be battery operated for portability The interface should be touch screen, clear display and have the ability to customize settings and provide visual feedback. SHOULD HAVE AT LEAST THESE MINIMAL TECHNICAL DATA POINTS Power Supply: internally powered by battery Device must be portable, lightweight and compact. Less than 500 grams and with a battery life of at least 8 hours. Mode of operation: Continuous operation for at least 8 hours, EMG performance, amplifier band width: EMG mode 600Hz-2.5kHz Volume output: Speaker band width 200Hz-14kHz DELIVERY TO: Fran Jeter/ Dr. Hoppe 10 N. Greene St, Rm 2D116 Baltimore, MD 21201 Contact phone number: Fran Jeter 410-340-4732 3. CONTRACT TYPE. Firm-Fixed Priced Contract 4. EVALUATION FACTORS. Brand Name or Equal to Natus IAW SOW. OEM distributor/Authorization Letter from the manufacturer is required for all quotes, if no OEM letter is supplied the vendor will be considered non-responsive and the vendor will be dis-qualified at the time RFI will close. Price. LINE-ITEM DESCRIPTION DANTEC CLAVIS EMG/STIM DEVICE BRAND NAME OR EQUAL TO NATUS IAW STATEMENT OF WORK B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA __________________ __________________ CLAVIS EMG/STIM DEVICE 9015A0012 ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 9015A0012 LOCAL STOCK NUMBER: 9015A0012 0002 3.00 EA __________________ __________________ EMG STARTR KIT FOR CLAVIS 9013S0182 ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 9013S0182 LOCAL STOCK NUMBER: 9013S0182 GRAND TOTAL __________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a46d45549205452fa0d83da80dcff632/view)
- Place of Performance
- Address: Baltimore VA Medical Center 10 North Greene Street Baltimore, MD 21201 21201
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN07484377-F 20250622/250620230043 (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 |