SOURCES SOUGHT
Q -- Mobile Extracorporeal ShockWave Lithotripsy Services Base Plus Two
- Notice Date
- 7/18/2025 7:48:02 AM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26025Q0761
- Response Due
- 7/31/2025 10:00:00 AM
- Archive Date
- 08/30/2025
- Point of Contact
- Maureen Sundstrom, Contract Specialist
- E-Mail Address
-
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Page 2 of 6 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), other Small Businesses interested and capable of providing the services requested, as well as any large businesses. This sources sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price service contract. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, Veterans Healthcare Administration, Regional Procurement Office West, Network Contracting Office 20, on behalf of the Mann-Grandstaff Veteran Affairs Medical Center in Spokane, Washington, is seeking potential sources for the Mobile Extracorporeal Shockwave Lithotripsy Treatment Service: Description Qty Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral first patient treated on same day 24 Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral for any subsequent patient treated on the same day 60 Extracorporeal Shockwave Lithotripsy Treatment Service Bilateral 5 Option Year One: Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral first patient treated on same day 24 Option Year One: Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral for any subsequent patient treated on the same day 60 Option Year One: Extracorporeal Shockwave Lithotripsy Treatment Service Bilateral 5 Option Year Two: Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral first patient treated on same day 24 Option Year Two: Extracorporeal Shockwave Lithotripsy Treatment Service Unilateral for any subsequent patient treated on the same day 60 Option Year Two: Extracorporeal Shockwave Lithotripsy Treatment Service Bilateral 5 STATEMENT OF WORK (SOW) 1. Contract Title. Extracorporeal Shockwave Lithotripsy (ESWL) Treatment 2. Background. ESWL therapy is being offered at Mann-Grandstaff Veteran Affairs Medical Center (MGVAMC) to service Veterans with kidney stones. ESWL is a very common non-invasive treatment modality for removing kidney stones. Currently, our VA surgeons have an MOU (memorandum of understanding) agreement to provide this service in the community hospitals. This is a very cost-prohibitive approach, and the addition of this contract would provide significant cost savings to the facility. The facility requires a mobile solution for the following: Specifically targets proximal stones, and mid ureteral stones. Pulverizes calculi in vivo into smaller fragments than other Vendors which then expulse spontaneously. Shockwaves are generated and focused onto a single point, not an area, within the body. Treatment lasts less than one hour. Little or no anesthesia required. 3. Scope. The scale of work involved requires a representative from the Contractor to bring in the ESWL machine. This is accomplished each time the procedures are performed. This procedure will be provided in the MGVAMC Operating Room (OR). 4. Specific Tasks. The specific work that will be accomplished in the performance of the ESWL procedure for kidney stones. The following steps would be included in this contract: Patients are seen in the Urology clinic and scheduled for the ESWL procedure. Requests sent to the surgery scheduler for time in the Main Operating Room OR Manager will stack cases for certain OR days, (example 3-5 patient per day), twice a month. Contractor representative is contacted to alert him/her regarding upcoming cases. Machine is brought in day of surgery. Set fee is established for per person (unilateral/bilateral) procedures. Contractor to have 48-hour turn-around time for facilities in the Inland and Pacific Northwest region for surgical patients requiring ESWL. 5. Performance Monitoring (if applicable). Contractor representatives are required to provide the OR Nurse Manager with accreditation and credentialing for use of the ESWL machine. This documentation will be kept on file in the manager s office. On the day(s) of surgical cases, the ESWL machine will be inspected and cleared for use by the Bio-Med staff prior to it s use in the main Operating Room. This inspection will take place every separate time it is to be used. 6. Security Requirements. Per attachment 6500. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 8. Other Pertinent Information or Special Considerations. The C&A requirements do not apply, and a Security Accreditation Package is not required per Handbook 6500.6 Appendix A. 9. Place of Performance. This procedure will be performed in the Main Operating Room at MGVAMC only. 4815 N. Assembly St. Spokane, WA 992 10. Period of Performance. Base plus two-year option from time of award. 11. Delivery Schedule. SOW Task # Deliverable Title Format Number Calendar Days After CO Start 1 Technician Certificates Contractor determined service report, but must meet required credentialing 1 hard copy, 1 emailed copy Provided on Date of Service 2 Invoice for work Contractor determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work. 12. Salient Characteristics: For Urology Service The dimensions/characteristics for this system are as follows: Minimum penetration depth of 170 mm Minimum focal depth of 175 mm Integrated C-ARM with a -30 to 30 degree rotation range 15 kW X-Ray Generator Electro Magnetic Shockwave Emitter coil up to 180 mm An image intensifier 9-10 screen Patient exam table with weight capacity of 400-500 lbs Transportable Capacity to store 400,000-500,000 images The above features are necessary to meet Joint Commission requirements in terms of patient safety and optimum performance. Potential contractors shall provide, at a minimum, the following information to Maureen.Sundstrom@va.gov Company name, address, and point of contact, phone number, e-mail address, and SAM UID. Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 621999 All Other Miscellaneous Ambulatory Health Care Services. The size standard for this NAICS is $20.5 Million. 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 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). Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. If not a manufacturer, only authorized representatives/providers/distributors of a manufacturer will be considered. Equipment, if any, must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer, service provider, or reseller letter from pertinent manufacturer. Responses are due by 07/31/2025 10:00 AM PT, to the Maureen.Sundstrom@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e02ef7e8da04859bc73e458ebe68eef/view)
- Place of Performance
- Address: Department of Veterans Affairs Mann-Grandstaff VA Medical Center 4815 N Assembly Street, Spokane 99205, USA
- Zip Code: 99205
- Country: USA
- Zip Code: 99205
- Record
- SN07516307-F 20250720/250718230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |