65--Elekta Leksell CT Localizer (VA-20-00006930)
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0170 BACKGROUND: The Michael E.... Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0170 BACKGROUND: The Michael E. DeBakey VA Medical Center (MEDVAMC) is currently requesting an additional Elekta Leksell Vantage Stereotactic System for Neurosurgery. This is used for deep brain stimulation surgeries. Our existing frame is 18 years old and is a one of a kind at the MEDVAMC. The CT localizer will be used with the new frame that was recently purchased in FY19. CONTRACT REQUIREMENTS Elekta Leksell Vantage Stereotactic System CT Localizer. Supply Specifications: Head frame gives an open space in front of the face area to allow for intubation of the patient if necessary MR Safe Designed for head sizes between 49-62 cm in circumference Head width can be 134-175 mm in range User s Operating and Maintenance Manual. Contractor shall provide a complete set of User s Operating and Maintenance Manual at no charge to the Government. Prior Coordination with the Government s Lessor of the Leased Premises. As soon as the contract is awarded, Contractor shall coordinate with the Lessor of the referenced premises for a proposed schedule of product set up. Contractor shall not proceed to the set up before obtaining the approval from the Contracting Office. Contractor shall keep the Contracting Officer well-informed at all time. Delivery Schedule. Contractor shall finish all works of setup and configuration setup within 14 days after receiving Notice to Proceed from the Contracting Officer. Warranty. Contractor shall warrant the entire system for parts and labor for one year from the date the Government makes the final acceptance of all work. In the event system malfunctions, the end user (physician) will report system problems directly to contractor who will respond and provide service within 24 hours Please respond if you can provide the following items; Item # Description/Part Number* Qty B55313 ELEKTA LEKSELL VANTAGE STEREOTACTIC SYSTEM CT INDICATOR PACKAGE 1 B55313-49 ELEKTA VANTAGE RADIOLUCENT STARBURST 1/2" 1 55313-50 ELEKTA VANTAGE STARBURST 3/8" 1 50780 FREIGHT, INSURANCE, AND FEES 1 REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Damon.Ware@va.gov. Please respond to this RFI no later than December 6, 2019 11:59pm CST. DISCLAIMER: This RFI 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 RFI.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »