Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

65--EMERGENCY da Vinci Surgical System: Si (single console) da Vinci Skills Simulator

Expired
VA24311RQ0209Federal
General Info

Agency

N/A

NAICS

339112 - Surgical and Medical Instrument Manufacturing

View NAICS

Place of Performance

Bronx VA Medial Center;130 W. Kingsbridge Rd.;Bronx, NY 10468 US

Set-Aside

SDVOSBC
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyN/A
ContactsNo contacts available
OfficeN/A
Organization / Agency
N/A
Office Address

N/A

Contacts

No contact information available

Full Description
Show more
DUE: April 7, 2011 SET ASIDE: N/A NAICS: 339112 POP STATE: New York PLACE OF PERFORMANCE: Bronx VA AGENCY: Bronx VA Medical Center, 130 W. Kingsbridge R., Bronx, VA 10468 Notice Type: Sources Sought Synopsis: Sources Sought only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. Seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB),8-A, Hub Zone, Small Disadvantaged, Woman Owned Small Businesses or other small businesses for the procurement of Intuitive Surgical's DVinci's Robotic Surgical System (single console). System shall be used to provide robotically assisted surgical capabilities. This System shall allow a physician to perform a surgical procedure on a patient without physically handling operating instruments. The System shall consist of a patient unit with robotic arms that can manipulate operating instruments and cameras units. The robotic arms and cameras shall be controlled by a separate physician console. Intuitive shall provide training in the use of the System to Government's surgical personnel. The System shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America; even should delivery be requested outside of the United States. Proprietary software is embedded within the System and is provided under license. Vendor after warranty expiration shall provide all necessary labor, travel, equipment, tools, materials, repair service, parts, etc., for complete On-Site maintenance for the DaVinci Robotic Surgical System at the Bronx VA Medical Center, located at 130 W. Kingsbridge Rd., Bronx, NY 10468. DaVinci Robotic Surgical System is driven by Intutive Surgical's proprietary software and parts requiring replacement need to be Original Equipment Manufacturer (OEM). Vendor is required to service, respond to breakdown repair calls, guarantee ongoing user training, adhere to JCAHO and regulatory documentation and provide priority routing for technical support. After warranty expiration full service maintenance includes all necessary labor and software required to perform repair. Software shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Software Manufacturers (OEM) parts and manuals to perform the service. Vendor must have their own schematics available on site at time of service. Repair services will be provided, at the request of the VA, to diagnose and correct software malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician and will follow manufacturer's recommendation for repairs and modifications. Please email company information, i.e...name, address, point of contact, telephone number, fax number, DUNS #, email address, and company status (service disabled veteran owned small business, veteran owned small business, 8-A business, Hubzone business, small disadvantaged business, women-owned, small business and large business) to gregory.vogt@med.va.gov. All questions shall be addressed by email. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This synopsis is not a solicitation announcement for proposal and no contract will be awarded from this announcement. The NAICS code is 339112 and the size standard is 500 employees. Responses shall be e-mailed (gregory.vogt@va.gov) or faxed (718-741-4722) to Greg Vogt. Closing date for response is April 7, 2011 @ 3:00PM. Contracting Office Address: Bronx VA Medical Center, 130 West Kingsbridge Road, 9th Floor, Room 9B-16, Bronx, New York 10468-3992 Place of Performance: Bronx VA Medical Center, 130 W. Kingsbridge Rd., Bronx, NY 10468. Point of Contact(s): Point of Contact - Greg Vogt, Contract Specialist (718) 584-9000 ext. 4321.

Similar Contracts

NAICS: 339112
New
Federal

INTRODUCER KIT, GUID

This contract concerns the supply of an Introducer Kit with the specific National Stock Number 6515-01-665-9129, intended for cardiovascular procedures, particularly compatible for use with single chamber cardiac pacemakers. Each kit contains a comprehensive set of medical components including temporary pacing catheters, sheaths, various needles and syringes, injection and introducer needles, disinfectant and anesthetic solutions, drapes, gauze pads, scalpel, suture materials, adapters, and contamination shields, among other items. The kit is packaged in units of five per case and is designed to meet rigorous medical and technical standards as specified by the Department of Defense. The contract requires a shelf life of 18 months for the product, with delivery to the government mandated within 3 months from the date of manufacture, ensuring freshness and maximum usability. The packaging must comply with the Defense Logistics Agency (DLA) requirements and be clearly labeled with manufacturing, expiration or retest dates, along with contract and lot numbers. The solicitation, issued by the Medical Supply Chain MD SURG FSF in Bethesda, calls for the delivery of four packages within 20 days after the order date. Compliance with technical standards outlined in the DLA master list and adherence to government packaging and identification removal protocols for non-accepted supplies are mandatory. The solicitation is managed through the Department of Defense with specific contact information provided for the procurement officer.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

1 day ago

DEADLINE

in 4 days

View Details
NAICS: 339112
New
Federal

REMOVER, SURGICAL ST

The contract is for the procurement of a disposable, sterile surgical staple remover, specifically a skin staple extractor with a finger-ring design. The item is supplied in packages containing 12 units each, with a shelf life of 60 months, and no more than 9 months may elapse between manufacture and delivery to the government. Packaging must comply with commercial standards specified in the procurement documents and adhere to the Medical Marking Standard No. 1 to ensure proper identification and protection during transportation. The product is regulated by the FDA and sourced from the United States Surgical Corporation, with the part number 150462. The contract stipulates that the item must be delivered within 20 days to the destination point in Fort Bragg, with acceptance and inspection at the destination. The contract incorporates detailed technical and quality requirements from the DLA Master List and mandates precise packaging and marking consistent with DLA guidelines and medical standards. Government identification removal protocols apply to non-accepted supplies. The contract emphasizes the use of appropriate shipping containers to prevent damage and specifies no quantity variations allowed. It is part of the Department of Defense’s medical supply chain, managed through a federal solicitation with strict compliance measures for manufacturing, packaging, marking, delivery, and inspection. The point of contact for this procurement is Michael Kohlbrenner, and formal referrals to FDA product specialists are required during the buyer’s review process.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

1 day ago

DEADLINE

in 4 days

View Details
NAICS: 339112
New
Federal

AIRWAY, NASOPHARYNGE

This contract concerns the supply of nasopharyngeal airways, specifically Robertazzi rubber type, size 34 French, with an oblique tip and a curved shaft featuring a flange at the proximal end. The contract requires commercial packaging according to procurement specifications, ensuring each unit is sealed and protected against damage during shipping. Units must be packed in suitable exterior shipping containers for safe delivery at the lowest transportation cost to the designated delivery point. All materials must be marked in compliance with Medical Marking Standard No. 1, replacing previous MIL-STD-129 standards. Each package contains 12 units, with a shelf life of 60 months, and no more than nine months can have elapsed between manufacturing and government delivery. Labels must clearly include the manufacturing date, expiration or retest date, and contract or lot number. Bidders must specify the source and part number of the items supplied. The contract references adherence to detailed technical and quality requirements listed on the DLA Master List accessible online, with specific packaging and identification protocols, including the removal of government markings from rejected supplies. The solicitation number is SPE2DS-26-T-7036, with a quantity of one package requested, delivery expected within five days after the order. The contract is managed by the Medical Supply Chain MD Surg FSF under the Department of Defense, with the place of performance being San Diego, CA. The primary contact for the solicitation is Patrick Esposito, reachable via email or phone as stated in the contract information.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

1 day ago

DEADLINE

in 4 days

View Details