6515--Automated Endoscope Re-processor | SAVAHCS,TUCSON Brand Name or Equal
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNI... THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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 strictly for market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. 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 22 Network Contracting Office Gilbert, is seeking sources that can provide an Automated Endoscope Re-processing (AER) System with appropriate Cleaning and Disinfection system equipment that at a minimum meets the following salient characteristics with a brand name or equal product for the Southern AZ VA Healthcare System: One Automatic Endoscope Reprocessor that is compatible with current model Medivators Advantage Plus Automatic Endoscope Reprocessors on station. Asynchronous, dual reprocessing basins Individual channel connectivity and channel blockage monitoring Extensive cycle data management for scope-specific cycle programming, operation and cycle data documentation that allows easy tracking and includes easy access to viewing cycle logs Provide remote diagnostics service capabilities for fast technical support Networking capabilities for centralized data collection of multiple Advantage machines and sites Continuous automated leak testing and a programmable alcohol flush installed Use Intercept Detergent for cleaning and Rapicide PA for high level disinfection Barcode reader and hands-free lid operation Utilizes Advantage Hookup Connector Blocks designed for endoscope-specific connections Include a PC-based system that includes a large, flat screen monitor, mouse and keyboard Dimensions: 59H x 45W x 36D, Weight: 400lbs, Electrical 100-240 VAC ± 10%: single phase, 50/60HZ; 1000 watts Water Supply: Minimum flow rate: 1.32 GPM (5 LPM) at 35 -87PSI (2.4-6 bar) Water Temperature: 35°C ± 2°C; Water hardness: less than 12 gpg (200ppm) Pre-filter water filters Basin Size 19W x 17L x 7D inch AER must have an independent air compressor and vapor management system Installation of AER The vendor must provide staff training following installation and validation of the system. Brand name Info: MEDIVATORS Advantage Plus Automated Endoscope Reprocessor- Automatic Endoscope Cleaning and Disinfection System 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. Interested companies who are capable of providing the sought-out supplies/services shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) o Name: o Email Address: o Phone Number: DUNS Number: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 500 employees; (for NAICS 339112, must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [ ] yes [ ] no - Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? [ ] yes [ ] no - 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 number. [ ] yes [ ] no - If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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? Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice shall be submitted via email to Kim.Leone@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, March 25, 2020 at 5:00 p.m. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Data sourced from SAM.gov.
View Official Posting »