Delaware Bids > Bid Detail

6515--Mizuho OSI Trios Radiolucent Imaging Top (Delivery for VA Wilmington) This is Brand Name Only. This is not a request for quotes.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159030861812074
Posted Date: Jan 17, 2023
Due Date: Jan 24, 2023
Solicitation No: 36C24423Q0335
Source: https://sam.gov/opp/019f3c0dfd...
Follow
6515--Mizuho OSI Trios Radiolucent Imaging Top (Delivery for VA Wilmington) This is Brand Name Only. This is not a request for quotes.
Active
Contract Opportunity
Notice ID
36C24423Q0335
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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 17, 2023 04:34 pm EST
  • Original Response Date: Jan 24, 2023 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 24, 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:
    Department of Veterans Affairs Wilmington VAMC Wilmington , DE 19805-4917
    USA
Description

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.

No solicitation exists. Therefore, do not request a copy of a solicitation.

See instructions on page 5.

Mizuho OSI Trios Radiolucent Imaging Top (Brand Name Only)

INTRODUCTION/BACKGROUND:

The Trios Surgical Table System is a modern system featuring a dual column modular platform known for its interchangeable patient positioning for spine, imaging, and orthopedic trauma procedures. Trios features a unique tabletop mounting interface that keeps the tabletop locked in place, single push electronic floor locks and a streamlined 180° patient rotation mechanism. Simple to set up and intuitive to use, Trios simplifies your workflow and minimizes the possibility of human error.

OBJECTIVE:

The Department of Veterans Affairs, VISN 04, Wilmington VA Medical Center hereby referred to as the Wilmington VAMC, is requesting the Brand Name only acquisition of the following:

One (1), P/N 7927 Mizuho OSI Trios Radiolucent Imaging Top

MAJOR REQUIREMENTS:

The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition:

See Paragraph 3.4 Table 1 for requirement

Salient Characteristics for Brand Name Mizuho OSI

Trios Radiolucent Imaging Top

Supports supine or lateral positions

Fully radiolucent, carbon fiber table top with Tempur-Pedic pressure equalization pad

Tower and ratchet system that provides a unique tabletop mounting interface resulting in secure connection and adjustable table top height before and after patient transfer.

Carbon fiber construction for complete radiolucency, allowing unrestricted C-arm and O-arm access

Imaging Top Assembly Tower two (2)

Tempur-Pedic Medical Pad 2 (5cm)

Radiolucent Imaging Platform

Supine Top Safety Strap

Safety Strap 60 (152cm)

Trios Side Rail Adaptor 6 (15cm) two (2)

Table Top Cover

Pivoting Arm Board

An adjustable support which attaches to the side rail of the table without any need for clamps.

Finger latch allows 180° of lateral adjustment

Available with 2 Tempur-Pedic pads

Technical Specifications

Trios Radiolucent Imaging Top

Table top length 84 (213cm)

Table top width 21.5 (55cm)

Patient weight capacity 650lbs (295kg)

Pivoting Arm Board

24 x 6 x 2"

Table 1

Item No.
Part No.
Description
Qty
0001
7927
Trios Radiolucent Imaging Top
1
0002
5356
Pivoting Arm Board w/Tempur 2in
2
0003
7927-959
Trios Side Rail Adapter 6in (15cm)
3

The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees.

POINT OF CONTACT (POC):

The identified POC and technical representative for this acquisition is:

Name: Thomas Urso
Phone Number: 302-994-2511x478
Email: thomas.urso@va.gov

"No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

REPORTS/DELIVERABLES:

Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes.

Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service.

REQUEST FOR INFORMATION INSTRUCTIONS:

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 mentioned above.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer the following questions:

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.)?

Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.

Does your company exceed 500 employees;

Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;

Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;

Obtained an individual or class waiver?

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).

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?

If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.

Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.

If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?

Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.

Please provide your UEI number.

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on January 24, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer.

If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov.
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. 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.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 17, 2023 04:34 pm 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 >