Page 3 of 3
Special Notice
Request for Information Only
The Department of Veterans Affairs, NCO20 is looking for sources of the following.
STATEMENT OF WORK/SALIENT CHARACTERISTICS
Department of Veterans Affairs
Seattle VA Medical Center
Overview: Portland VAMC requires Prospective contractors to provide the following Cianna Medical SAVI SCOUT. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Cianna Medical.
1 EA SSCSYS-01 - SCOUT Console 2.5D and Guide
Objective: Our objective is to provide Portland VAMC with necessary equipment to provide the best care for our veterans. OHSU (Oregon health and Science University) no longer provides needle localization for sentinel lymph node biopsy. Which the VA relied upon and currently has equipment to support. OHSU has since upgraded to the Savi scout system which employs a microchip into the breast tissue.
The SCOUT System employs micro-impulse radar and infrared light (IR) technology to determine the relative proximity of the Reflector, which is placed into the breast during a prior procedure. The Console provides the micro-impulse radar signal to the Handpiece along with power for the infrared light sources. The Handpiece delivers the micro-impulse radar signal and infrared light into the breast tissue and in turn receives signals reflected back from the Reflector. The Console processes the reflected radar signals to provide the surgeon with Reflector proximity information via audible and visual feedback. Basically this will be our new system for breast tumor localization
Salient Characteristics
The Government requires the following characteristics to be met:
Must be compatible with SAVI Scout System
Small non-radioactive, non-magnetic device that allows for real time distance measurement with a 60mm detection range, 360 degree detection within 1 mm of accuracy in pinpointing the location of tumor.
This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis.
Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 05/15/2019 5:00 pm PST.
In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan
2017. The North America Industry Classification System Code (NAICS) is 339112. Business
Size Standard is 1000 Employees.
Contracting Office Address:
Department of Veterans Affairs
NCO 20 Acquisitions
5115 NE 82nd Ave Suite 203
Vancouver, WA 98662
Contracting POC
Gregory Watson
360-553-7602
[email protected]
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. In accordance with 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.
Bid Protests Not Available