West Virginia Bids > Bid Detail

6515--Vein Illuminator VeinViewer Vision2 Brand Name or Equal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159514635787768
Posted Date: May 5, 2023
Due Date: May 12, 2023
Solicitation No: 36C24523Q0604
Source: https://sam.gov/opp/be9eeace5f...
Follow
6515--Vein Illuminator VeinViewer Vision2 Brand Name or Equal
Active
Contract Opportunity
Notice ID
36C24523Q0604
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 05, 2023 11:20 am EDT
  • Original Response Date: May 12, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Louis A. Johnson VAMC 1 Medical Center Drive Clarksburg , WV 26301
Description
DISCLAIMER:
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.
This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
PURPOSE:
The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510. 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.
INTRODUCTION:
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a VeinViewer Vision2 (Brand Name or Equal) vein illuminator for the Louis A. Johnson VAMC located at 1 Medical Center Drive Clarksburg, WV 26301. The Contractor shall provide all labor, material, supplies, management, and supervision necessary to provide the delivery of the items for the Louis A. Johnson VAMC.
REQUIREMENTS:
Quantity
Description
1 EA
Manufacturer: Christie Medical
Product Number: 134-003104-01
Product (Brand Name or Equal): VeinViewer, Vision 2

SALIENT CHARACTERISTICS:
The vein illuminator must have a light brightness of 6-10 lumens.
Meet a reasonable weight for easy movement and accessibility.
Must fit in the space provided for storage, approx. 72 x36
Must have a focus range that meets the recommendations for safe distance from the sterile field.
The voltage must be either 110V or 115V.
HOW TO RESPOND:
All responses shall be submitted no later than Friday, May 12, 2023, at 11:00 AM EST. All interested parties should respond in writing via email to Rachael.Hallock@va.gov, and include RFI # 36C24523Q0604 in subject title.
No telephone inquiries will be accepted.
Respondents to this RFI shall provide the following information:
Company/individual name
Address
Point of contact with phone number
Tax ID number
Unique Entity Identifier (UEI)
Company Socio-Economic Size (example large, small, SDVOSB, VOSB, WOSB etc.)
Information describing your interest. Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes. Responses should include the following:
Please provide general pricing for your products/solutions for market research purposes.
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 with the referenced items/solutions available on your schedule/contract? If so, please provide the contract type and number.
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?
If you are 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?
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) under NAICS 334510 at http://www.sam.gov to be considered for an award.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.

-END OF DOCUMENT-
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
  • May 05, 2023 11:20 am EDTSources 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 >