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 RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 339112 (Surgical and Medical Instrument Manufacturing) with the Small Business Size Standard of 1000 employees. If the Government determines there are qualified vendors for this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.
INTRODUCTION:
This requirement is for the purchase of a GU SCOPES Flex CystoNephro Videoscope with accessories. This request is for videoscopes with accessories to perform complete examination of the bladder, bladder neck and anterior wall for diagnostic, biopsy and treatment. The Contractor shall provide all material, supplies, management, and supervision necessary to provide the delivery of the items for the Charles George Asheville VAMC.
The government is anticipating that this will be a brand-name requirement but encourages all vendors that can meet or exceed the item descriptions below to respond to this source sought. If providing a like item/system, please include attachments, information, and part numbers to allow the government to assess whether your items/system will suffice for this requirement.
REQUIREMENTS:
NOTE: The VHA NCO 06 is conducting market research to find qualified vendors who can deliver the following item(s) to Charles George - Asheville VA Medical Center 1100 Tunnel Road Asheville, NC 28805:
Manufacturer: OLYMPUS
Item Number
Description
QUANTITY
UNIT
1)
OTV-S200
NTSC W/POWER CORD (EN)
2
EA
2)
ISM-1005321
27" 4K SURGICAL FIELD DISPLAY
2
EA
3)
K10030136
TC-C3 TROLLEY SET 3 US/CA
2
EA
4)
MAJ-2148
REAR PANEL
2
EA
5)
CYF-VH HD
Flex CystoNephro Videoscope
23
EA
6)
MAJ-2092
Luer-Split,CYF/URF IRR
23
EA
7)
CS-B612
Seal Kit, 6-12Fr, 12/Box
4
BX
8)
13839
Aptimax Sterrad Sterilization Tray
23
EA
9)
99239
APTIMAX STERRAD Ster. Tray Mat
23
EA
10)
99240
APTIMAX STERRAD Ster. Tray Holder
23
EA
Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.
HOW TO RESPOND:
All responses shall be submitted no later than Friday; October 7, 2022 @ 1100 (11:00AM) EST. All interested parties should respond, in writing via email to ruth.morris@va.gov. 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
Information describing your interest,
Indicate FSS/GSA contract number or Open Market, as applicable
FSS Category you qualify for
Tax ID number
DUNS number
UEI Number
Capabilities statement
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)
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 the above NAICS code at http://www.sam.gov to be considered for an award
Please submit responses via email in Microsoft Office format by 1100 (11:00 AM) (Eastern Standard Time) 10/07/2022. Please include RFI# 36C24622Q0032 in subject title.
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.