Kansas Bids > Bid Detail

6515--Name Brand or Equal: Medtronic NIM Vital nerve monitoring system - KC VAMC

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159374901422994
Posted Date: Jan 23, 2024
Due Date: Jan 28, 2024
Source: https://sam.gov/opp/ee5afb2ff3...
Follow
6515--Name Brand or Equal: Medtronic NIM Vital nerve monitoring system - KC VAMC
Active
Contract Opportunity
Notice ID
36C25524Q0133
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 23, 2024 10:17 am CST
  • Original Response Date: Jan 28, 2024 11:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Kansas City VA Medical Center Kansas City , 64128
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

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. 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.

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 Part 15.201(e).

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 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 15 Network Contracting Office, is seeking sources that can provide the following:
Name Brand or Equal: NIM Nerve Monitoring System
*ALL ITEMS HEREIN THAT MENTION BRAND NAME PRODUCTS MAY BE SUBSTITUTED FOR A LIKE OR SIMILAR ITEM*

Background: In an effort to improve patient safety, the Surgical Department at the KCVAMC is requesting a Name Brand or Equal: Medtronic NIM Monitor for use in the OR. This equipment will be used in specific ENT procedures.

Scope: This device utilizes an EMG monitor for use during procedures. Electrodes are placed in appropriate muscle locations on the patient prior to the procedure. The electrodes are connected to the NIM which monitors EMG activity from the muscles innervated by the affected nerve. This helps reduce the risk for nerve damage during the procedure.

General Requirements:

The electrodes must connect to the NIM to monitor EMG activity from the muscles innervated by the affected nerve.

When a particular nerve has been activated or stimulated, the system must warn the surgeon and OR staff while providing both a visual and audio alert.

Must be fully mobile and include high quality industrial wheels which improve cart maneuverability.

Must allow easy expansion to unlock additional future functionality, enabling use of nerve monitoring to help protect nerve condition and patient s quality of life.

Must include wireless console projection onto LCD screens so the system can be placed anywhere in the OR to reduce space constraints.

Must have wireless patient interface and muting streamline the number of wires to the console, reducing the risk of tripping over cables in the OP and simplifying setup and tear down.

Must have smart troubleshooting pop-ups to alert staff to system issues and offer resolution protocols.
Period Of NLT than 120 days After Receipt of Order (ARO) to include delivery, assembly,
Performance: configuration, testing and installation of all equipment. Delivery to the KCVAMC according to schedule and timeline established by VA. Assembly and installation shall be completed by the Contractor at the KCVAMC within 10 days of equipment delivery.

The information identified above are 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, 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:

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.)?
Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above?

If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer?
Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.

Where is the product manufactured?
Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW.

Please provide your UEI number.
Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Sunday, January 28, 2023 at 2300 CST. 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.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 23, 2024 10:17 am CSTSources 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 >