California Bids > Bid Detail

6515--Medtronic O-arm® O2 system and StealthStation® S8 System Nav

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159368737842531
Posted Date: Mar 2, 2023
Due Date: Mar 17, 2023
Solicitation No: 36C26223Q0653
Source: https://sam.gov/opp/068ff40b37...
Follow
6515--Medtronic O-arm® O2 system and StealthStation® S8 System Nav
Active
Contract Opportunity
Notice ID
36C26223Q0653
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 02, 2023 11:00 am PST
  • Original Response Date: Mar 17, 2023 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 621512 - Diagnostic Imaging Centers
  • Place of Performance:
    VA SAN DIEGO HEALTHCARE SYSTEM 3350 La Jolla Village Drive San Diego , CA 92161
Description

THIS REQUEST FOR INFORMATION (RFI) 36C26223Q0653 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).

SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 621512 (size standard is $16.5 Million). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source 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 Medtronic O-arm® O2 System and StealthStation® S8 System Navigation Rental & Services or Equal To that at a minimum meets the following salient characteristics in the Statement of Work for the VA SAN DIEGO HEALTHCARE SYSTEM:

Line Item
Description/Part Number
Quantity
Unit
Unit Price
Amount
0001
Medtronic O-arm® O2 system and StealthStation® S8 System Navigation Rental & Services or Equal To
1
EA
Â
Â


TOTAL
Â

Include shipping cost on the items price.
Vendor Requirements:
Period of Performance for the Blanket Purchase Agreement (BPA) is as follows for the base and option years:
Base year: 07/01/2023 06/30/2024
Option Year 1: 07/01/2024 06/30/2025
Option Year 2: 07/01/2025 06/30/2026
Option Year 3: 07/01/2026 06/30/2027
Option Year 4: 07/01/2027 06/30/2028
Vendor shall quote all items under this requirement.
Vendor shall meet the Salient Characteristics in the Statement of Work (SOW).
Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below.

STATEMENT OF WORK
FOR VA SAN DIEGO HEALTHCARE SYSTEM (VASDHS)

1. Introduction
The purpose of this statement of work (SOW) is to outline the tasks and responsibilities of a rental service agreement of the product line to include categories such as Medtronic O-arm® O2 system and StealthStation® S8 System Navigation Rental & Services or Equal To, Single Use Products, Tissue Removal Equipment & Supplies, Electro Magnetic Navigation Rental & Services, ENT Navigation Rental & Services, Cancellation/Misc Fees/ (Cumulative).

2. Background
The VASDHS is part of the Desert Pacific Healthcare Network Veterans Integrated Services Network (VISN 22), and is one of the most diversified tertiary health care providers in the VA. We are a teaching hospital, providing a full range of patient services, with state-of-the-art technology as well as education and research. We are currently renting Brain & Spine Navigation on a case-by-case basis for surgical cases in the operating room (OR) and due to the frequency of procedures/usage of these systems, a service agreement to continue renting is looking to be utilized as opposed to the existing policy of paying on a per case basis through a BPA contract structured as a base year including four (4) option years.

3. General Requirements
Vendor shall provide the VASDHS with each rental for service that includes an experienced Clinical Specialist to assist in obtaining preoperative imaging, registering the patient s physical anatomy to their specific scans, troubleshooting equipment while surgeons are navigating, calibrating instruments needed for surgery, testing navigation accuracy, documenting screenshots and other surgeon requests and breakdown and cleanup of all equipment and instrumentation.

Period of Performance
Period of Performance for the Blanket Purchase Agreement (BPA) is as follows for the base and option years:
Base year: 07/01/2023 06/30/2024
Option Year 1: 07/01/2024 06/30/2025
Option Year 2: 07/01/2025 06/30/2026
Option Year 3: 07/01/2026 06/30/2027
Option Year 4: 07/01/2027 06/30/2028

5. Mandatory Tasks
Each rental must come with a specific set of trays, as noted in the price/cost schedule, tailored for the specific type of surgery requested.
The delivery must be made timely as to not disrupt a planned surgical case.

6. Vendor Responsibilities
VASDHS equipment Staff training will be conducted annually by Vendor Professional Staff as needed for OR purposes as part of the rental service.
Vendor shall be responsible for all liability actions or suits when the vendor is at fault or negligent in the performance period.

7. Salient Characteristics
Compatibility for use with any operating room table/bed for cost saving and increased flexibility in patient care through preclusion of need for proprietary table/beds.
Provides flat panel technology to provide both 2D and 3D imaging.
Capability for use with a 2D C-arm or 3D scanner.
Uses preoperative, intraoperative imaging and post operative assessment.
Provide basic fluoroscopy and multi-lane 2D imaging.
Features 3D volumetric imaging with 3D reconstruction displays.
Able to precisely plan out specific trajectories that enables orthopedic spine surgeons, neurosurgeons, and Ear Nose Throat (ENT) surgeons to locate tumors, place spinal implants and avoid critical anatomical structures while operating.
Customizable for spine, cranial, orthopedics, and ENT.
Procedural flexibility to perform a wide array or procedures safely and effectively such as cervical, thoracic.
Lumbar, pelvic, cortical and pedicle screw techniques lateral access, MIS, percutaneous and open approaches, complex anatomy and complex revisions.

8. Warranty
Vendor shall provide properly functioning equipment and products within useful life cycle, and immediately replace any equipment utilized by the VASDHS that ceases to function due to manufacturer defect, or all other discrepancies not caused by VASDHS staff at no additional cost.

9. Installation and Delivery
9.1. Vendor shall be responsible to deliver the equipment and supply products for each case the OR coordinates and shall be responsible to retrieve the system upon completion of the surgical case.
9.2. Vendor shall not conduct any work that will break the flooring, break walls or electrical or plumbing work to the Sterile Processing Services Decontamination or Preparation Area. The LED Slit Lamp and Imaging Systems is not intended to be attached to the facility and it is not permanent to the structure.
9.3. Vendor shall not damage any flooring, electrical, walls to the Emergency department designated location while making delivery for rental purposes.

Removal of Current Cart Washer-Disinfector
10.1. Vendor shall remove and clean all debris, materials, equipment, and or trash that is the result of the vendor while making rental delivery to support a surgical case.

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 indicates 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), Hub zone, 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) 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 type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to dyne.kim@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 17, 2023, at 11:00 AM Pacific Time. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26223Q0653, Medtronic O-arm® O2 system and StealthStation® S8 System Navigation Rental & Services or Equal To.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C26223Q0653.docx (opens in new window)
35 KB
Public
Mar 02, 2023
file uploads

Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 02, 2023 11:00 am PSTSources 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 >