SOURCES SOUGHT
65 -- Request for Information (RFI)-Veterinary Equipment
- Notice Date
- 4/19/2012
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K0412RVETEQ
- Response Due
- 4/26/2012
- Archive Date
- 6/25/2012
- Point of Contact
- Quinella M. Purks, 210-221-3699
- E-Mail Address
-
Center for Health Care Contracting
(quinella.m.purks@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) Only. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract resulting from this request. Requests for a solicitation will not receive a response. Responses to this RFI must be in writing. The purpose of this RFI is for market research purposes only in order to make appropriate business decisions and to gain knowledge of potential qualified companies capable of providing the equipment listed in this document. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax and email (e) DUNS number and Cage Code (f) Type of business, i.e., Large, Small, Service-Disabled-Veteran-Owned Small Business, Veteran-Owned Small Business, 8(a), Hub-Zone, Woman-Owned Small Business, Small Disadvantaged Business, or Small Business Hub-Zone and (g) must provide a capability statement that addresses the specifications required for all the equipment listed. The Federal Supply Class for this request is 6530 and the NAICS Code is 339112-Surgical and Medical Instrument Manufacturing. The size standard is $500M. Also, please address the following in your reply: -Warranties that would be provided to include extended warranties and if there would be costs -How soon after an order is received, could ship and delivery happen? -Whether your company is a manufacturer or distributor, -If any of the systems or equipment requires any installation and or training and if so is there a cost -If Anesthesia System listed below can be provided as one system -Whether your company delivers overseas. If so, what is the average delivery time? -Whether your company offers quantity discounts -Whether your company provides operation and training manuals with the equipment and if so, is there a cost A. Description: Veterinary Anesthesia System Specifications Consists of: 1. Veterinary Anesthesia Machine (Surgivet Universal CDS 9000 Small Animal Anesthesia Machine or comparable product) - specifications: DISS male gas inlet for O2, tapered 23 mm vaporizer connection, single flow meter 0.2 to 4 LPM, Pop-off valve with pressure relief at 2 cm H2O, Absorber canister not less than 900cc, integrated inhalation/exhalation valves, flush valve @10-15 LPM 2. Isoflurane vaporizer (Classic T3 or comparable) - specifications: flow and temperature compensation within expected clinic operating ranges (0.2 to 4 LPM; 59 -95 F); funnel fill; external view of remaining fluid volume 3. Veterinary Anesthetic Ventilator/Respirator (Hallowell Model 2002 300-1600ml or comparable) - specifications: adjustable rate 6-40 bpm or similar, variable tidal volume, bellows and housing to provide 300-1600 ml, electronically controlled bellows, adjustable I:E ratio 4. Veterinary Patient Monitor (Surgivet Advisor or comparable) - specifications: NIBP calibrated for dog and cat; NIBP cuff set to include not less than 4 cuffs with overlapping size range from 3 to 45 centimeters; 6 foot NIBP hose; 3 lead ECG; SpO2 with veterinary specific SpO2 probe for use on tongue; Temperature monitor with sensor; Side-stream capnography; available direct blood pressure (VETAC/VETCEN only) with included transducer cable; Display not less than 10.4" diagonal; selection priority given for capability to directly interface with the current veterinary software system (Avimark) and the system within development. 5. Mobile base - 5 wheeled rolling base with required mounting hardware to accommodate anesthesia machine with vaporizer, patient monitor, and ventilator; base must include mounting yoke/manifold, stabilization system and all required connections to mount 2 standard oxygen E-tanks; base must be of sufficient weight to maintain stability when all items are mounted or when some or all are removed. B. Description: Intravenous fluid pump compatible with veterinary use Specifications: Veterinary intravenous fluid pump utilizing standard IV infusion sets (proprietary infusion sets or cartridges not required) capable of precisely administering fluids at rates of 5-1000 ml/hr; must be capable of displaying fluid rate, volume administered and volume remaining. C. Description: In-Line fluid warmer compatible with veterinary use Specifications: In-Line fluid warmer utilizing standard IV infusion sets (proprietary infusion sets or cartridges not required) capable of warming fluids to 37-40oC at routine fluid administration rates up to 350 ml/hr (10 ml/hr for a 35 kg dog). Favorable consideration will be given to units capable of warming fluids at shock rates up to 3L/hr. D. Description: Veterinary Patient Warming System-Flexible conductive fabric blankets and electronic controller compatible with veterinary use Specifications: 1. Portable electronic controller with variable settings, redundant safety system with over-temperature alarm, and connecting cable 2. Flexible, reusable conductive fabric blankets suitable for small dog/cat, medium, and large dogs. 3. Forced air and circulating water systems will not be considered. E. Description: Veterinary Tonometer-Digital application tonometer specifically manufactured for veterinary use Specifications: Handheld, portable, digital application tonometer measuring intraocular pressure to the nearest 1mm Hg. Selection criteria will include ease of use, ergonomics, and ease of calibration, cost of expendable supplies, battery life and cost. F. Description: Veterinary Electrosurgical Unit- Electrosurgical Generator and Associated Supplies to include: Power cord (110 for US and 220 for Europe) Reusable Pencil ESPR Bipolar Forceps (Reusable) A821 with cord A827V Disposable Electrodes ES01 Bipolar Footswitch BV-1254B ESREC Solid Adult Return Electrode (Grounding Pad) with 2.8 M Cable, 50/box ESMS Mobile Stand with Instrument Drawer Specifications: Microcontroller-based electrosurgical generator; Bipolar, Monopolar Cut, Monopolar Coagulation (point and spray/fulguration); Adjustable power settings; automated power adjustment based on tissue feedback (load impedance) measured not less than 200 times per second; safety features to include integrated digital patient contact monitoring. The Government is not obligated to nor will pay for or reimburse any cost associated with responding to this RFI. 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 information requested should be emailed to Quinella M. Purks @ quinella.m.purks@us.army.mil and Maria Fidone at maria.fidone@us.army.mil no later than 26 April 2012 at 4 p.m. Central Standard Time. If there are any questions, please email your questions to one of the above personnel.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K0412RVETEQ/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN02726930-W 20120421/120420000812-26b1c12fa80453c544006d3798fa5ab3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |