Description
Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) 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 339112 (size standard of 1000 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. Custom surgical packs are tailored to specific needs of Clinical and Logistical staff to
improve patient care, improve utilization, and reduce waste. Tibor Rubin needs a constant supply of surgical packs with no interruption of source for scheduled procedures in the Operating
Room, Interventional Radiology, and Cardiac Catheterization Lab. The custom surgical packs must be delivered within 1 business day of request. The Department of Veterans Affairs (VA),
VISN 22 Network Contracting Office, is seeking sources that can provide the below requested items. The contractor shall provide and be responsible for the shipment and delivery to VA Long
Beach Health Care System at 5901 E. 7th Street, CA 90822. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 140.00 CS __________________
__________________ ANGIOGRAM CDS PACK #DYNJVB91148 MANUFACTURER PART NUMBER (MPN): DYNJVB91148 0002 220.00 CS __________________ __________________ BASIC NEURO PACK #DYNJVB91149
MANUFACTURER PART NUMBER (MPN): DYNJVB91149 0003 1,260.00 CS __________________ __________________ CATARACT CDS #DYNJVB91139 MANUFACTURER PART NUMBER (MPN): DYNJVB91139 0004 310.00 CS
__________________ __________________ CYSTO CDS PACK #DYNJVB91140 MANUFACTURER PART NUMBER (MPN): DYNJVB91140 0005 195.00 CS __________________ __________________ ENT CDS PACK
#DYNJVB91150 MANUFACTURER PART NUMBER (MPN): DYNJVB91150 0006 335.00 CS __________________ __________________ EXTREMITY CDS PACK #DYNJVB91142 MANUFACTURER PART NUMBER (MPN): DYNJVB91142
0007 40.00 CS __________________ __________________ IR ANGIOGRAPHY PACK LF #DYNJVB1077B MANUFACTURER PART NUMBER (MPN): DYNJVB1077B 0008 323.00 CS __________________ __________________ IR
GENERAL PACK LF #DYNJVB1162B MANUFACTURER PART NUMBER (MPN): DYNJVB1162B 0009 1,050.00 CS __________________ __________________ LAPAROTOMY PACK #DYNJVB91143 MANUFACTURER PART NUMBER
(MPN): DYNJVB91143 0010 225.00 CS __________________ __________________ LUMPS & BUMPS PACK #DYNJVB91144 MANUFACTURER PART NUMBER (MPN): DYNJVB91144 0011 163.00 CS __________________
__________________ MINOR CDS PACK #DYNJVB91145 MANUFACTURER PART NUMBER (MPN): DYNJVB91145 0012 110.00 CS __________________ __________________ MINOR VASCULAR CDS PACK #DYNJVB91146
MANUFACTURER PART NUMBER (MPN): DYNJVB91146 0013 275.00 CS __________________ __________________ TOTAL JOINT PACK #DYNJVB91147 MANUFACTURER PART NUMBER (MPN): DYNJVB91147 0014 10.00 CS
__________________ __________________ INTUBATION SET PACK #DYNJAA282 MANUFACTURER PART NUMBER (MPN): DYNJAA255 GRAND TOTAL __________________ The information identified above is intended
to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the
government that the interested parties can provide the product that fulfills the required specifications. If you are interested and 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: (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 (339112) 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 Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 02/13/2024, at 12:00 p.m. Pacific Standard Time (PST). If a
solicitation is issued it shall be announced later, 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.