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 to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 employees). 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.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a LIPOSUCTION SYSTEM that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Loma Linda Healthcare System:
Salient Characteristics
Must have a fluid management system measuring the volume
Must have infiltration and aspiration console evacuating emulsified fatty deposits
Must have an ultrasound technology utilizing high frequency ultrasonic energy
Must have probes offering configurations contouring delicate to fibrous tissue
Must have a technology to fragment and emulsify fatty deposits while leaving the tissue largely intact.
Brand name Info:
Please see below ITEM INFORMATION for item description, quantity, unit and stock number. Manufacturer is Valeant.
ITEM INFORMATION
Stock #
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
110-0032/
110-0022/VHP
SA12VSR2
SA12VTX2
115-0019-D
11576
130-0574
130-0096
130-0117
TI001
VASERLIPO SYSTEM INCLUDES:
VASER Ultrasonic Amplifier with Wireless Footswitches
VASERlipoT Handpiece (2)
VentX Infiltration and Aspiration Console
Vent X Console
Factory Warranty (24 months)
VASERlipo Service Contract, 12 months (2)
VentX Service Contract, 12 months
Sikn Port Tool
Skn Port 4.6mm
(Crkscrew/White Disc)-4EA
Probe (2G/3G) 3.7mmx26cm
Probe 3G 2.9mmx(18cm/26cm)
Probe 1G 3.7mmx26cm
Tray(2)
Wrench 3/8"
Cannula SST-6 BU (3mm/3.7mm)x26cm VX
Cannula SST-6 BU 4.6mmx26cm
VX VX Handle(3)
Brush
Puregraft 250(4) +Puregraft 850 (4) + Instrument Set (1)
Advanced Peer to Peer Liposuction Training
VASERlipo Probe, 3.7 mm, 5-Groove, 26 cm (2)
VASERlipo Probe, 2.9 mm, 5-Groove, 26 cm
Skin Port, Cork, 4 Pack
Skin Port, White Disc, 4pk
Installation Training
1.00
EA
110-0020
SA12PX
115-0018
XHP
TI001
POWERX LIPO SYSTEM:
PowerX Console with Wired Footswitch
PowerX Handpiece
Factory Warranty (12 months) and Service Agreement (12 months)
PowerX Service Contract, 12 months (2)
Power X System Accessory Kit Includes:
Sterilization Tray (Standars)
Aspiration Cannula, Mercedes, Bullet Tip, 4mm x 30cm, PowerX
Hub
Aspiration Cannula, Triport, Bullet Tip, 3mm x 20cm, PowerX Hub
Aspiration Cannula, VentX SST-6, B
PowerX Handpiece with 6 Month Warranty
Installation Training
1.00
EA
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.
If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) 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.)?
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) 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).
(5) 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?
(6) 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.
(7) 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?
(8) Please provide general pricing of your products/solution for market research purposes.
(9) 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?
(10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(11) Please provide your DUNS number.
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than May 16, 2017 at 1:00 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.
Bid Protests Not Available