SCOPE OF WORK AND GENERAL SPECIFICATIONS
FOR LigaSure FT10
Background: The VAMC North Little Rock requires the upgraded FT10 because it is capable of monopolar bipolar, and advanced bipolar/LigaSure, eliminating the need for standard monopolar generators and reducing the generator footprint in the OR. Electrosurgical performance is more precise-auto bipolar has a faster activation time; monopolar performance is improved and more precise when compared to the Force Triad as Bovie pencils can now sense tissue impedance with the FT10. LigaSure is now plug and play and the settings for all modalities are intuitive. The FT10 has its own TissueFect, which is a tissue sensing technology that determines the most efficient delivery of energy for the surgeon. The LigaSure vessel sealing is faster and consistent:
1-3mm vessels: 51% faster; 4-5mm vessels; 26% faster; 6-7mm vessels: 11% faster
Project Scope: For the purchase and delivery of FT10 and related accessories (see package requirements below).
Package should include:
Provides the following modes or equivalent:
4-Valleylab FT10 Energy Platform
4-Valleylab FT10 Cart
4-Monopolar Footswitch
4-Bipolar Footswitch
4-Monopolar Adapter
4-Bipolar Adapter, ForceTriad Banana Leads
The Valleylab FT10 Energy Platform is designed to provide radio frequency (RF) energy for monopolar and bipolar surgical application and tissue-fusion applications.
Trade-in Value
Contractor must provide $ 16,000 ($8,000 per unit) trade in value for the existing 2 ea. FORCE TRIAD. Contractor must provide RA, for return of 2 (ea.) FORCE TRIAD schedule from premise so as not to impede the FT10 installation, within 10 workdays of contract award.
Warranty and Support.
The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty.
Delivery Location:
Chief, Logistics Service
Eugene J. Towbin HealthCare Center
2200 Fort Roots Drive / Bldg. 182
North Little Rock, AR 72114-1706
REQUESTED RESPONSES:
The intent of this Request for Information (RFI) is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following
Please respond to this RFI if you are capable of providing the listed products. Please cite business size status in the response.
Please respond to this RFI if you are capable of providing supplies that can be determined to be EQUIVALENT to the products listed in the section above.
CONTACT INFORMATION AND RESPONSE DUE DATE:
Please email all responses to
[email protected]. Please respond to this RFI no later than Wednesday, April 19, 2017 and no later than 5 PM CT.
DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
Bid Protests Not Available