Oregon Bids > Bid Detail

6515--Sources Sought - CensiMark Laser & Install and Training - Brand Name or Equal

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159290299551754
Posted Date: Feb 21, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/d6753e2e5d...
Follow
6515--Sources Sought - CensiMark Laser & Install and Training - Brand Name or Equal
Active
Contract Opportunity
Notice ID
36C26024Q0334
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 21, 2024 10:10 am PST
  • Original Response Date: Feb 27, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    White City OR VA Medical Center 8495 Crater Lake Hwy White City , OR 97503
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 6
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside.

The intended contract is a firm-fixed price supply purchase.

The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition.

The Buy American Act is applicable. Please fill out #7 under Required Information to state the country of origin of your product.

The Department of Veterans Affairs, NCO20 is looking for BRAND NAME OR EQUAL sources of the following:
Item
Quantity
Courtesy Quote Price ($)
CensiMark Laser Marking Equipment (Product Code: CT0206)

1

CensiMark Laser Installation and Training

1

Required Salient Characteristics
Must be able to do data matrix codes, including GS1 codes readable by Censitrac
Must be able to print human-readable graphics
Must be able to print a 105 mm x 105mm code
It must come with five 2D data matrix readers for code verification and use with Censitrac.
2D Scanner must be fast at reading barcodes, with no need to push a trigger to scan the barcodes
2D Scanner should read code in under 1 second. Achieved by dragging the mark over the scanner which does not require interaction with the scanner.
Must come with required PPE and safety training for use.
Must be Laser CFR Class 1- 4
Must have a built-in tablet with all the needed templates inside the CAD
Must have multi-wavelength glass protection for easy instrument positioning and viewing
Must clean and remove particles from marking surface with an acid-free solution
Must be fully compliant with all applicable standards and regulations set forth by the FDA, CDC
Must have a smoke/dust evacuation ventilation system
Must be air cooled to eliminate the need for a water chiller and keep power consumption down
Must fit into a small room and limited floor space. The cabin of the laser can not exceed 15 W X 26 D X 20 H. When door is open it will not exceed 30 in height. With the cabin weighing no more than 30 pounds.
Must have a visible laser guide to allow easy positioning and accuracy of the instrument being marked
Must operate on a Windows-based operating software
Must have a three-year service and maintenance plan with on-site repairs
Must have loaner options if major repairs are needed
Must have a security key to limit the use to authorized personnel
Should have a focus control knob
Must have an Emergency Stop button
Should have an opening door interlock for extra security
Must be able to mark on titanium, anodized titanium, aluminum, anodized aluminum, stainless steel, plastics, and other surgical instruments
Should be fast at marking instruments.
Must verify all new and current marks are working and have correct information during engagement and update substitutes and count sheets based on new instrument marks
Train the trainer(s) with in person training upon purchase of equipment.

Required Information in Your Response to Sources Sought:
In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov:

1) Company name, address, and point of contact, phone number, e-mail address, and UEI.

2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Surgical and Medical Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following:

[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business

3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/.

4) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination.

6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds EACH of the salient characteristics required by the Government. Government will not perform further research if the information provided is unclear whether it meets any required salient characteristic.

7) Please identify the country of origin for all items. If it is a foreign end product, fill out the following:

Item
Country of origin
* Exceeds 55% domestic content (yes/no)




* For COTS items, the 55% (now 60%) domestic content test is waived.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.

Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
Shipping Address:
White City VA Medical Center
8495 Crater Lake Hwy
White City, OR 97503

Point of Contact:
Peter Park
Contracting Officer
peter.park2@va.gov

Response Deadline:
02/27/2024 by 3:00pm Pacific Time
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 21, 2024 10:10 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 >