West Virginia Bids > Bid Detail

6515--CORE 2 Console

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159279757156470
Posted Date: Jan 10, 2023
Due Date: Jan 17, 2023
Solicitation No: 36C24523Q0234
Source: https://sam.gov/opp/da1f63d2a1...
Follow
6515--CORE 2 Console
Active
Contract Opportunity
Notice ID
36C24523Q0234
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 10, 2023 11:40 am EST
  • Original Response Date: Jan 17, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2023
  • Initiative:
    • None
Classification
  • 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:
    Hershel Woody Williams VAMC Huntington , WV 25704
    USA
Description
Responses must be received no later than Tuesday, January 17, 2023 at 12:00 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 a Cole 2 Console for the Hershel "Woody" Williams VA Medical Center.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

CORE 2 Console
LOCAL STOCK NUMBER: 5400-052-000US

Statement of Work for the Cole 2 Console
The mission of the Hershel Woody Williams VAMC is to provide whole health care for veterans of military service. The mission of the Surgery Department is to provide safe, efficient, high quality surgical care. This acquisition is required to continue providing certain podiatric, ENT and orthopedic procedures.
The requested acquisition is a power console that is compatible with the Stryker TPX small bone, electric power tools as well as the Stryker Elite high-speed drill. It will be used by orthopedic, ENT, and podiatric surgeons to perform minor procedures for which small bone, power tools are required. CORE is an abbreviation for Consolidated Operating Room Equipment, meaning the power console can power multiple instruments. The Hershel Woody Williams VAMC currently has 3 power consoles in use. Staff move the power consoles from Operating Room to Operating Room based on surgical procedures and scheduling. The power console weighs approximately 18lbs and is a safety risk for staff moving them. Reducing the movement of the power console would also aid in protecting the equipment from being dropped accidentally and from being stacked on top of other equipment where it could be easily knocked over.
Objective
The requested acquisition, the Stryker CORE 2 console, is currently in use in the Surgery and Dental Departments at the Hershel Woody Williams VAMC. The objective of this acquisition is to obtain an additional Stryker CORE 2 console for staff safety and equipment protection.
Scope of Work
The key elements of this requirement are that the power console selected be compatible with the Stryker TPX small bone, electric power tools and the Stryker Elite high-speed drill. The power console must also have integrated irrigation with adjustable flow rate.
Delivery: 30 days from date of award.
Place of Performance: The place of performance is Hershel Woody Williams VAMC Operating Room
Specific Requirements/Tasks
Confirmed compatibility with Stryker TPX small bone, electric power tools
Confirmed compatibility Stryker Elite high-speed drill
Provide integrated irrigation
Delivery or Deliverables
The contractor will provide a quantity of 1 power consoles meeting the specified requirements.
Qty 1 5400-052-000US Core 2 Console
Glossary of Abbreviations and Acronyms
TPX is a model not an abbreviation
CORE- Consolidated Operating Room Equipment
ENT Ear Nose and Throat
Salient Characteristics for Core 2 Console
Compatibility with the Stryker TPX small bone, electric power tools
Compatibility with the Stryker Elite, high speed drill
Integrated irrigation
Manufacturer: Stryker
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.
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 Tuesday, January 17, 2023 at 12:00 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.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 10, 2023 11:40 am ESTSources 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 >