SOURCES SOUGHT: 6515–Stretchers for Martinsburg VA Medical Center

Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. 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). 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide equipment for Stretchers for the VA MARTINSBURG WEST VIRGINIA.

See Statement of Work Below PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ Prime Electric Big WheelStretcher MANUFACTURER PART NUMBER (MPN): 1115000000E 0002 4.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016000 0003 4.00 EA __________________ __________________ Electric Lift Base MANUFACTURER PART NUMBER (MPN): 1008001110 0004 4.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115003004 0005 4.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0006 4.00 EA __________________ __________________ Chaperone Stretcher Exit Alarm(Includes Scale) MANUFACTURER PART NUMBER (MPN): 1070010200 0007 4.00 EA __________________ __________________ Comfort Control Siderails MANUFACTURER PART NUMBER (MPN): 1008010010 0008 4.00 EA __________________ __________________ Foot end Nursing Controls MANUFACTURER PART NUMBER (MPN): 1008015020 0009 4.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0010 4.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0011 4.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0012 4.00 EA __________________ __________________ Domestic – Retractable Cord MANUFACTURER PART NUMBER (MPN): 1008146050 0013 4.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0014 4.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0015 4.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0016 4.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0017 4.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0018 4.00 EA __________________ __________________ Red ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003554 0019 4.00 EA __________________ __________________ EMERGENCY, SET MANUFACTURER PART NUMBER (MPN): 1105023004 0020 4.00 EA __________________ __________________ Domestic Labeling – English MANUFACTURER PART NUMBER (MPN): 1008010401 0021 4.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0022 4.00 EA __________________ __________________ 1115-E, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001903 0023 4.00 EA __________________ __________________ 4 Sided Brake & Steer Control MANUFACTURER PART NUMBER (MPN): 1018025305 0024 4.00 EA __________________ __________________ Prime Big Wheel Base – 3 Sided MANUFACTURER PART NUMBER (MPN): 1018026300 0025 4.00 EA __________________ __________________ LABEL, SPECIFICATIONLABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101003 0026 4.00 EA __________________ __________________ NO PLUG 0027 4.00 EA __________________ __________________ Footend Cover Option MANUFACTURER PART NUMBER (MPN): 1105210365 0028 4.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0029 4.00 EA __________________ __________________ Scale Spacer Assembly MANUFACTURER PART NUMBER (MPN): 1070017500 0030 4.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0031 8.00 EA __________________ __________________ Prime Big Wheel Stretcher30″ MANUFACTURER PART NUMBER (MPN): 1115000030 0032 8.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016003 0033 8.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0034 8.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0035 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1070010000 0036 8.00 EA __________________ __________________ OPTION NO STRETCHER EXTENDER MANUFACTURER PART NUMBER (MPN): 1105090000 0037 8.00 EA __________________ __________________ Recovery chair position (drop seat with knee gatch) MANUFACTURER PART NUMBER (MPN): 1105010302 0038 8.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0039 8.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0040 8.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0041 8.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0042 8.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0043 8.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0044 8.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0045 8.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0046 8.00 EA __________________ __________________ Yellow ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003551 0047 8.00 EA __________________ __________________ Surgery Label MANUFACTURER PART NUMBER (MPN): 1105023006 0048 8.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0049 8.00 EA __________________ __________________ 1115-30″, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001902 0050 8.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0051 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0052 8.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0053 8.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0054 8.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0055 8.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0056 2.00 EA __________________ __________________ Prime X Big Wheel Stretcher MANUFACTURER PART NUMBER (MPN): 1115000000X 0057 2.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016060 0058 2.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0059 2.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0060 2.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0061 2.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0062 2.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0063 2.00 EA __________________ __________________ 21 CFR MANUFACTURER PART NUMBER (MPN): 0036019933 0064 2.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0065 2.00 EA __________________ __________________ Head End Pop-Up Push Handles MANUFACTURER PART NUMBER (MPN): 1105048060 0066 2.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0067 2.00 EA __________________ __________________ NO FE WARNING LABEL MANUFACTURER PART NUMBER (MPN): 1125060000 0068 2.00 EA __________________ __________________ 1115-X, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001904 0069 2.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035367 0070 2.00 EA __________________ __________________ NO FOOT END OPTIONS MANUFACTURER PART NUMBER (MPN): 1105035000 0071 2.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0072 2.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0073 2.00 EA __________________ __________________ ULTRA COMFRT, SE 4X30 DOMESTIC MANUFACTURER PART NUMBER (MPN): 1704034300 0074 2.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0075 2.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0076 2.00 EA __________________ __________________ Radiology Label MANUFACTURER PART NUMBER (MPN): 1105023009 0077 2.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 Delivery: Martinsburg VA Medical Center Building 500, warehouse 510 Butler Avenue Martinsburg, WV, 25405

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. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?

(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(5) 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.

(6) 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?

(7) Please provide general pricing for your products/solutions for market research purposes.

(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics.

Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

SOW for Stretchers Martinsburg VAMC Purpose The Martinsburg VAMC is looking to replacement end of life stretcher throughout the hospital. Stretchers are needed to transport patients around the hospital to different departments. The selected stretcher should be ergonomic and easy to identify and use. It should be safe to use for staff. Stretchers should come with an IV pole and have the ability to be used in a radiology area. Stretchers with 5th wheel technology will be highly considered do to maneuverability in small areas. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM Central Standard Time excluding national holidays. Equipment shall be delivered during normal hours unless otherwise scheduled with the COR or his/her designee.

Federal Holidays observed by VA Martinsburg are: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day Brand Name or Equal Stryker Stretchers Prime Electric Big Wheel quantity three (3) Minimum weight capacity is 675 pounds Electric lift base Four (4) sided brake/steer control Two (2) years parts, labor, and travel included Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Chaperone Stretcher Exit alarm (includes scale) Foot end nursing controls Pop up push handles at the head end Retractable cord two staged 2 stage IV pole head left Three (3) sided hydraulic controls COMFGEL SE w/o fire bar, 30inch Domestic labeling English User and service manuals Foot end cover option Head end cover option Scale spacer assembly Unboxed Emergency set Red ID bumpers easy identification for the ER Electric height adjustment Exit alarm Integrated transfer board Stretcher height adjustable between 18 and 36 inches Minimum width is 28 inches Minimum length is 76 inches Ability to reduce push and steering force by a minimum 50% Prime big Wheel Stretcher 30 quantity eight (8) Minimum weight capacity is 650 pounds Minimum width is 28 inches Height should be adjustable between 18 and 36 inches Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Dual end siderail release Integrated pump rack 2 stage IV pole head left Four (4) sided brake/steer control 3 sided hydraulic controls Yellow ID bumpers Surgery label Unboxed 2 years parts, labor, and travel included User and service manuals Integrated transfer board Foot end cover Head end cover COMFGEL SE w/o fire bar, 30in Electric lift Prime X Big Wheel Stretcher quantity two (2) Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Must have radiolucent top Must contain a slot to insert grid and cassette Electric lift Four (4) sided brake/steer control 3 sided hydraulic controls 3 sided hydraulic hood/bellow 21 CFR Dual end siderail release Integrated transfer board Head end pop-up push handles 2 stage IV pole head left 2 years parts, labor, and travel included Radiology label head end cover Foot end cover Minimum weight capacity is 675 pounds Adjustable height range should be between 21 and 38 inches Minimum width is 29 inches Minimum length is 75 inches Deliverables or Delivery Schedule The vendor shall deliver the product.

After contacting COR (or COR designee) at the VA, a specific time will be scheduled for the delivery of the product within 60 days of award. All quantities are listed above that should be delivered. They shall be delivered to the following address: Attn: Nursing Services Martinsburg VA Medical Center Building 500, warehouse 510 Butler Ave. Martinsburg, WV, 25405 Place of Performance The place of performance will be at the Martinsburg VA Medical Center in Martinsburg, WV. Period of Performance All equipment shall have a full warranty period of 12 months

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Martinsburg VA Medical Center Building 500, warehouse Martinsburg , WV 25405 USA

Full details via beta.sa.gov

SOURCES SOUGHT: MEDICAL SUPPLIES

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

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.

******************************************************************************

Project: Procurement of Medical Supplies Various

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112 – Surgical and Medical Instrument Manufacturing with a business size standard of 750 Employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 04:00 PM MDT on December 8, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339112 (Selected NAICS code must be listed on SAM report)
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide UEI (Unique Entity ID) number and CAGE Code.
  5. Capability Statement
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Michael Austin, Purchasing Agent

(505) 722-1224, michael.austin@ihs.gov

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Digital Radiologic System – ACL-IHS

STATEMENT OF WORK

BACKGROUND:

The Albuquerque Area Indian Health Service, Acoma-Canoncito-Laguna Indian Health Center provides imaging services for patients which requires the use of a Digital Radiology System and a Portable X-Ray System in the Imaging Department.  The equipment will provide an early detection for causes of clinical medical symptoms, patients may present to their medical providers in outpatient, urgent care/same day clinics.  Along with the purchase of this equipment requesting full prevent maintenance service for both.

PURPOSE:

Currently the Indian Health Service, Albuquerque Area does procure services and supplies from Small Business Indian Firms pursuant to the Buy Indian Act 50% of the time.

STATEMENT OF OBJECTIVES:     

  • Locate eligible and qualified Small Business Indian Firms to support IHS procurement needs under NAICS code: 339112 – Surgical and Medical Instrument Manufacturing / 66—Laboratory Equipment and Supplies.
  • Utilize the information received with future acquisition planning efforts and potential Buy Indian set aside.
  • Possibly create one (1) purchase order for the equipment and one (1) contract with a Base year with four (4) one-year option periods for a Full Preventative Maintenance on the equipment amongst eligible and qualified Small Business Indian Firms.

HOW TO RESPOND:

This is a sources sought notice under the authority of the Buy Indian Act. The Indian Health Service (IHS) is attempting to locate qualified and eligible Small Business Indian Firms, “Native American Indian Owned and Operated businesses,” that can provide services/supplies to the Indian Health Service.  This is a request for information only.  Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Any information submitted by respondents to this notice is strictly voluntary with no obligation or incurred cost by the government.

Provide with response –

  1. E-mail response.  Shall be in a printer friendly format, Word or PDF, 8×11 page size, 5-page limit.
  2. Certification as a Small Business Indian Firms. The government is ONLY interested in Small Business Indian Firms. (See attached Representative Form).
  3. The government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.
  4. Pursuant to FAR 52.204-7, prospective vendors shall be properly registered in www.sam.gov; this includes proper registration as an Small Business Indian Firms and if eligible, registered as applicable small business certifications (e.g. Hubzone, 8(a), Service Disabled Veteran Owned, Veteran Owned, Women-Owned, Small Disadvantaged), in order for IHS to issue an award and claim procurement actions with eligible Small Business Indian Firms.
  5. Provide detailed capabilities statement, website, and e-catalog as it pertains to 339112 – Surgical and Medical Instrument Manufacturing / 66—Laboratory Equipment and Supplies.
  6. Provide Unique Entity Identifier (UEI) used to create www.sam.gov registration.
  7. Identify Business Size:  Small or Large
  8. GSA/FSS contract holders – provide GSA/FSS/VA or other GWAC contract number, only if applicable.
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Pueblo of Acoma , NM 87034 USA

Full details via beta.sam.gov

SOURCES SOUGHT: 6515–Research Microscopes

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).

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.

SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard 1,000). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Microscopes that meets the following salient characteristics and specifications for VA Phoenix Healthcare System. Salient Characteristics/Specification

1. MUST have Hardware/software allows for automated set up, scanning, and analysis with 3D simulated software. 3D software must include electronic optical sectioning projection element with digital pinhole control and digital 3D software integration with 3D object tracking, time tracking, and quantification methods.

2. MUST have Hardware is all-in-one inverted digital microscope system with motorized XY stage and focus Z control to 0.1um step size.

3. MUST have Hardware allows minimum of 3 slides at a time to be loaded for automated acquisition & stitching of bright field and/or fluorescence images with high intensity LED and transillumination lighting with DAPI, GFP, and TRITC filter mirror cube components.

4. MUST have Hardware/software accommodates a variety of sample formats including slides and standard tissue culture plates, dishes, and flasks.

5. MUST have Minimum of 23-inch display

6. MUST Contains a software platform that closely integrates and calibrates automated functioning of all objectives and filters for reproducibility of high resolution and density images and data products. Must have fully integrated intuitive user interface to facilitate repeatability and ease of use. Must include minimum of of 4x, 10x, 20x phase objective lenses, 40x planar apochromatic objective lens, and 60x oil planar apochromatic objective lens or more. Substitutions not allowed.

7. MUST have Equipment s analysis software combines image correction tools with powerful quantification functions, including the ability to instantly remove fluorescence blurring and enabling visualization of weak fluorescence. Also allows for high throughput high content screening and quantification of color brightfield and fluorescent images across many tissue and vessel types allowing for color extraction and advanced masking functions and automatic combining of data for large area stitched imaging.

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. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to 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) 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 number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings.

*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics. Responses to this notice shall be submitted via email to Carlo.manuel@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday August 12, 2022 at 1:00 PM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance:Department of Veterans Affiars VA Phoenix Healthcare System Phoneix , AZ 85012

Full details via beta.sam.gov

Sources Sought: 6640–Environmental Microbiology WASP Lab Expansion

This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.

The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) UEI Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; (i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below.

Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide instrumentation, installation, and training for an automated digital microbiology laboratory system to the Environmental Laboratory located at the VA St. Louis Healthcare System, in St. Louis, Missouri. Please see Statement of Work for more specifics and details. The North American Industry Classification System Code (NAICS Code) is 339112 (Surgical and Medical Instrument Manufacturing), size standard 1,000 Employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB.

Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used.

Responses to this notice shall be submitted via email to Mickeya Linzie at mickeya.linzie@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, July 22, 2022, at 8:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

STATEMENT OF WORK DEPARTMENT OF VETERANS AFFAIRS VA ST. LOUIS HEALTHCARE SYSTEM ST. LOUIS, MO INTRODUCTION: The Environmental Microbiology Laboratory provides services and laboratory testing for other services in the medical center (dental, dialysis, engineering, and pharmacy) to assess the water quality and or sterile processing technique to ensure patient safety. Detection and isolation of organisms are an important part of the work done in this laboratory and are essential in ensuring a safe patient care environment. The contractor shall provide instrumentation, installation, and training for an automated digital environmental microbiology laboratory system.

SCOPE OF WORK: Total lab automation for microbiology would include a specimen processing system, smart incubator(s), and computerized digital workstations. This equipment would save on technologist time, improve standardization of testing, and improve turnaround time for microbiology cultures. The introduction of automated and electronic culture monitoring transforms the microbiology lab by providing a number of benefits, including standardization and significant reduction in the amount of technologist time needed for negative cultures. The biggest payoff is the potential to screen specimens more easily 24/7 and release those results. This instrumentation would allow the VASTLHCS Environmental Microbiology Laboratory to extend testing services to other VA s that do not have an accredited environmental lab. The VASTLHCS lab is looking to create a lease to own option for this equipment, consisting of one base year and four option years. Minimum Technical Specifications The operating system must be compatible with VA IT standards. The system must have the ability to be connected to VISTA via Data Innovations. Vendor must meet VA security requirements to be able to remotely connect and service the instrumentation. The system must allow for full sample traceability using uniquely barcoded disposable culture plates. The system must be able to accept multiple media types/containers. The plating system must be able to inoculate and spread a calibrated volume of 100 and 200 microliters onto solid agar plates. Instrument installation must include all upgrades, databases, etc included in initial purchase. Instrument must be capable of adding future advancements and additions to the laboratory system. Vendor led training must be provided. Training shall include system operations as well as basic trouble shooting and repair. If training is to be conducted off site, the cost shall be all-including, (e.g., air fare, auto rental, room and board, training materials, etc.) for each participant. Traceability of each agar plate(s) or other testing is easy. The system shall not require cleaning materials or decontamination other than what is included in periodic maintenance but can be easily cleaned/decontaminated if necessary. The contractor shall provide applicable manuals and schedules upon delivery and installation of equipment. The contractor shall provide a technical expert capable of unpacking the instrument and all required materials to perform installation. The contractor shall provide upgrades to both the equipment hardware and software in order to maintain the integrity of the system and the state-of-the-art technology at no additional charge to the customer after the initial install of the system. These must be provided as they become commercially available and at the same time as they are being provided to commercial customers. This requirement only applies to system upgrades that enhance the model of equipment being offered, i.e. new version of software, including database upgrades, correction of hardware defect, upgrade offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer vendor supported, etc. Instrument can be serviced/calibrated remotely. Instrument should be custom per the laboratory s needs, and automate tasks as they are currently performed by microbiology staff Instrument should include a track system to move from specimen processor to incubators where they are automatically loaded and photographed at programed intervals for easy review by technologists via a computer screen. Incubators should automatically monitor temperature, CO2 (as applicable) and humidity via NIST calibrated devices and records those values. Camera s contained in the laboratory system must be able to take high quality digital pictures at different angles and/or lighting conditions and store them for comparison. Reading times can be customized for each laboratory. Additional work up for positive cultures can be ordered at each workstation, and additional culture work up should become as automated as possible (automatic preparation of ID or AST panels or MALDI-TOF slides or gram stains). Electronic culture logs can easily be reviewed and remove the need for the laboratory to possess paper logbooks. System footprint should fit within the current laboratory layout and not require the laboratory to be remodeled. The operator must provide these items within 90 days of purchase Have the capability for CO2, non-CO2 incubators. Optional/Value Added Features Have touch screen monitors for easy use and navigation. Laboratory system contains automated microscopes to aid in the reading and visual storage of gram stain results. Incubators have the capability to incubate tubed and bagged media. Required Interfaces Instrument/software must be able to communicate with the following instruments/interfaces: Data Innovations, Vista, and eventually MYLA.

  • Original Set Aside:
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: VA St. Louis Healthcare System John J. Cochran Division , MO 63106
    USA

Full details via beta.sam.gov

Sources Sought: EYESI Surgical Training System

EYESI SURGICAL COMPLETE SYSTEM TO INCLUDE THE FOLLOWING PART#’S: PS-2004_W – SURGICAL PLATFORM 2.11 SOFTWARE – SIMULATOR SOFTWARE SI-C_2011 CAT SURGERY INTERFACE PACK IS-C003 – INCLUDING CAT HAND -ACTIVATED FORCEPS TMP-C001- EYESI CAT BASIC SKILLS PACK 1(LICENCE) INCLUDING: ANTI TREMOR TRAINING, FORCEPS TRAINING, PHACO BASIC SKILLS TRAINING.  TMP-C002 -EYESI CAT BASIC SKILLS PACK 2 (LICENCE) INCLUDING: NAVIGATION TRAINING, BIMANUAL TRAINING, CHOPPING & CRACKING TRAINING.  TMP-C003- EYESI CAT BASIC SKILLS PACK 3 (LICENCE)INCLUDING: INTRACAPSULAR ANTI-TREMOR, INTRACAPSULAR NAVIGATION TRAINING, PHACO CHOPPING TRAINING, CAPSULOHEXIS(LICENCE), HYDROMANEUVERS (LICENCE), PHACO DIVIDE & CONQUER (LICENCE), IRRIGATION ASPIRATION (LICENCE), IOL INSERTION (LICENCE), IOL INSERTION (LICENCE)ANTERIOR VITRECTOMY (LICENCE), IRIS EXPANSION RING (LICENCE), CAPSULAR TENSION RING (LICENCE) SI-V_2011- VIT SURGERY INTERFACE PACK IS-VOO2 – VIT HAND-ACTIVATED FORCEPS SI-AO02 – VIT BIOMv5/SDI MIMIC TMP-V101 – VIT BASIC SKILLS PACK (LICENCE) INCLUDING: VIT FROCEPS TRAINING, VIT ANTI TREMOR TRAINING, VIT VITRECTOR TRAINING, TMP-V102 – VIT BASICSKILLS PACK (LICENCE) INCLUDING: NAVIGTION TRAINING, VIT BIMANUAL TRAINING, BIMANUAL SCISSORS TRIANING.  TM-V101 – VIT EPIRETINAL MEMBRANCES (LICENCE) TM-V102 – VIT ILM PEELING (LICENCE) TM-V103 – VIT POSTERIOR HYALOID (LICENCE) TM-V104 – VIT ENDOLASER (LICENCE) TM-V105 – VIT RETINAL DETACHMENT (LICENCE) CW_C1 – CAT TRAINING COURSEWARE (LICENCE) CW_v1 – VIT TRAINGING COURSEWARE (LICENCE)  SKILLS PACK 2 (LICENCE)

EYESI SURGICA COMPLETE GOLD SOFTWARE PLAN 36M INCLUDING ACCESS TO VRmNET DURIGN VALIDITY PERIOD

EYESI SURGICAL CAT HAND-ACTIVATED FROCEPS (SPARE INST SET) ESMP_IN_CAT_A_S – ES CAT ANGLED INSTUREMENT ESMP_IN_CAT_P_S – ES CAT PHACO ANGLED INSTURMENT

  • Original Set Aside:
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: MI 48105 USA

Full details via beta.sam.gov

Sources Sought: 6530–Rapid Decontamination System

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following: TMG Rapid Decontamination System Brand-name or Equal All responses shall be submitted no later than 7 July 2022 @1400 pm EST. All interested parties should respond, in writing via email to Jerry.Mann@va.gov. No telephone inquiries will be accepted. In response, please include the following: Company/individual name Address Point of contact with phone number Information describing your interest Indicate FSS/GSA contract number or Open Market, if applicable Tax ID number DUNS number Capabilities Statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Proof of verification as a SDVOSB/VOSB (if applicable) If your firm/company is a SDVOSB or VOSB, the firm/company must be VERIFIED in the VIP database (see internet site: http://vip.vetbiz.gov) as prescribed under the Veterans First Contracting Program as implemented in VAAR subpart 819.70. The Veteran Administration is mandated by Public Law 109-461 (38 USC § 8127 & 8128) to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned small business responses are received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as a small business set aside or full and open competition. In this case, all interested parties responding shall be eligible to bid. The NAICS 339112- Surgical and Medical Instrument Manufacturing is applicable to this acquisition; with a size standard of 1000 employees. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award.

  • Original Set Aside: 
  • Product Service Code: 6530 – HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Salem VAMC 1970 Roanoke Blvd. Salem , VA 24153
    USA

Full details via beta.sam.gov

SOURCES SOUGHT: 6640–Leica Stellaris 5 Confocal Microscope System

Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice 4

1. This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the acquisition of Leica Stellaris 5 Confocal Microscope (Brand Name).

2. Background and Requirement: The requirement is a Leica Stellaris 5 digital confocal microscope equipped with an integrated white light laser (WLL), and Power HyD S silicon detectors. This system allows for the tuning of excitation between 485 nm and 695 nm with 1 nm precision, while imaging up to 8 laser lines during a scanning procedure with freely configurable detection up to 850 nm. The Power HyD detectors enable TauSense Technology, giving access to fluorescence lifetime-based information and intensity data simultaneously. The system also includes Lightening SR mode, an information extraction technology that provides near super resolution images in real-time. The microscope is also equipped with a Super-Z Galvo stage which affords fast, accurate Z-scanning and vibration free imaging. The Stellaris 5 will replace VA owned Lecia Confocal SP5, which is 10 years old. The new Stellaris will be a direct replacement using new (but similar) technology that will be able to perform live confocal imaging with the same or higher sensitivity and performance than the old Leica Confocal SP5.

3. These are the unique characteristics that are required and currently only the Leica Stellaris 5 Digital has the capability necessary to fulfill this need. The following features are required: a. The capability of the confocal microscope to utilize up to 8 spectral lines (between 485 nm and 695 nm with 1 nm precision) in a scan using white laser and acouto optical beam splitter (AOBS) and prism-based spectral detection technology. This is achieved without the use of dichroic filters. b. Capability of the system to dynamically separate autofluorescence emitted by a sample during the scan into a separate channel (tau sensing). c. Software that can be used to analyze any legacy data collected over the past decade on the users Leica SP5 confocal microscope system. d. Capability of the system to gather fluorescence data using pulsed laser-detector technology for the separation of signals from closely related fluorochromes.

4. The Leica Stellaris is the only confocal microscope system capable of meeting the above requirements. These advanced capabilities are not only required by studies to be conducted by the end-users, but proprietary to Leica Microsystems.

5. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to solicit this requirement competitively. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice, the Government shall determine if a solicitation will be issued. 6. Any responses to this notice are requested by 3:00 PM Central Time on Tuesday, 28 June 2022.Send responses to Frank Mendoza at Francisco.Mendoza@va.gov.

DISCLAIMER: This notice complies with the requirements of FAR 5.201 and is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. End of Document

  • Original Set Aside: 
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: 

Full details via beta.sam.gov