Louisiana Bids > Bid Detail

6515-- 36C25624Q0311 Brand name or equal to AIRSEAL IFS, 110V

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159173009607407
Posted Date: Dec 22, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/ee5e4c115a...
Follow
6515-- 36C25624Q0311 Brand name or equal to AIRSEAL IFS, 110V
Active
Contract Opportunity
Notice ID
36C25624Q0311
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 22, 2023 10:00 am CST
  • Original Response Date: Jan 02, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    510 E. Stoner Ave Office of the Chief of Surgical Services Shreveport , LA 71101
    USA
Description
1. Title: Quantity of Two (2) AirSeal Robotic Solution Name Brand or equal to iFS1 120V AS-IFS1

2. Purpose: The Network Contracting Office 16 (NCO 16 ) located at 5075 Westheimer Road, Galleria Financial Center, Suite 750, Houston, Texas, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Two (2) 120V AS-IFS1 AirSeal iFS1

Contractor shall provide all shipping, equipment, and delivery for name brand or equal product. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to questions below and review all attachments in their entirety.

Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter any form of contract with any person, firm or other entity that receives or responds to this announcement.

3. Objective: To find qualified and certified contractors with the capability to provide the following: The Contractor shall deliver Two (2) Name Brand or equal to AirSeal iFS1 120V AS-IFS1. Must be compatible with da Vinci Xi Dual Console System Model SK 6887. No Training or Installation Required.

PRODUCT SPECIFICATIONS: Air Seal System's unique ability to provide stable pneumoperitoneum, constant smoke evacuation. and valve-free access to the abdominal cavity, reduce procedural time, resulting in increased operating efficiency. Enables to achieve the benefits of operating at lower pressure without compromising exposure.

Air Seal requires one each Tubing (ASM-EVAC1)
Ports 5mm (iAS5-120LP) or 8mm (iAS8-120LP) or12mm (iAS12-120LP)
constant smoke evacuation
valve-free access to the abdominal cavity
Max. Sound level: 71db
Inlet pressure range: 3.4 80 bar/49 1160 psi
Flow volume (range): 40 sl/min.
Adjustable valves: Pressure [mmHg] 5-20
Flow [l/mn] 1-40
Accuracy4 Pressure [mmHg] +/-1 mmHg
Flow [l/min] +/- 2.5 sl/min.
Accuracy5 Pressure [mmHg] +/- 1 mmHg
Flow [l/min] +/- 2.5 sl/min.
Dimensions: W x H x D [mm3] 420x220s470
Weight: [kg] 26
Interfaces: Service interface (USB port)
Mains power connection (IEC 60320-1 C14)


4. Place of Performance: Overton Brooks VAMC
510 E. Stoner Ave.
Shreveport, LA 71101

5. Responses Requested: The Network Contracting Office 16 (NCO 16) requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research.

a. Is your product compatible with the da Vinci Xi Dual Console System Model SK 6887?

b. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number.

c. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications.

d. Does your company meet all required four prong factors for the Nonmanufacturer Rule (NMR) per guidance of SBA and 13 C.F.R. § 121.406 Offer must answer all questions below:

1. Does your company exceed the 500-employee alternative size standard for nonmanufacturers?

2. Is your company primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied?

3. Does your company must take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice?

4. Does your company supply the end products of a small business manufacturer or processor made in the United States?

e. Is your company considered small under the NAICS code 339112.

f. Do you (offer) manufacture the product yourself or a distributor of the items being researched above?

g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM).

h. Do you (offer) supply a product manufactured by another domestic small business, if it is a nonmanufacturer?

i. Do you (offer) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule?

j. Is your (offer) Buy American Certificate completed in SAM? Please provide evidence with response.
k. Is your (offer) Trade Agreement Certificate completed in SAM? Please provide evidence with response.

l. Information for the name brand or equal product being requested, is it manufactured outside the US-Domestic non-available?

m. Information for the name brand or equal product being requested, is it a foreign manufactured product under the trade agreement?

n. What is your schedule of delivery after receipt of order (ARO) for the name brand or equal product?

o. For the name brand or equal product required, is your company available under any of the following:

Government Wide Agency Contract (GWAC)
General Services Administration Schedules (GSA)
Indefinite Delivery Indefinite Quantity (IDIQ)
Blanket Purchase Agreement (BPA)

If so, please list the contract number for name brand or equal product.

p. Provide descriptive literature demonstrating ability to meet all the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work.

q. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose.

6. Opportunity: NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives.

7. Instructions and Response Guidelines: Sources Sought responses are due by January 5th, 2024, at 10:00 am (CST) via email to douglas.collins@va.gov.

All Questions shall be submitted by January 2nd, 2024, at 10:00 am (CST) via email to douglas.collins@va.gov.

Telephone requests or inquires will not be accepted.

Public Information will not be provided and shall be utilized to the full extent possible.

This a New Requirement.

The subject line shall read: 36C25624Q0311 -RFI-Sources Sought- Two (2) Name Brand or equal to AirSeal iFS1 120V AS-IFS1

NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(q).

Please provide the information you deem relevant to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as "MARKET RESEARCH" and will not be released outside of the NCO 16 Purchasing and Contract Team.

This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ.

8. Contact Information:
Contract Specialist, Doug Collins
Email address: douglas.collins@va.gov
Your responses to this notice are appreciated.

THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 22, 2023 10:00 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >