Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
DOCUMENT

65 -- Terumo Advanced Perfusion System - Attachment

Notice Date
5/7/2015
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite C104;Syracuse NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815Q0121
 
Response Due
5/20/2015
 
Archive Date
7/19/2015
 
Point of Contact
STEVEN S. TOMPKINS
 
E-Mail Address
UCKLEY
 
Small Business Set-Aside
N/A
 
Description
The Department Of Veterans Affairs, VISN 02 Contracting Office intends to release a commercial solicitation for a computerized perfusion controller for the Buffalo VA Medical Center, Buffalo, NY. The NAICS code is 339112 with a size standard of 500 employees. The solicitation number is VA528-15-Q-0121. All other contract details including full specifications will be included in the Request for Quotes, which will be released on or about May 15, 2015. The close date will be on or about May 27, 2015. Any contractor who wishes to receive a copy of this RFQ may submit a request in writing. The VISN 02 Contracting Office address is: VISN 02 NCO, Contracting Office, 1304 Buckley Road, Suite C104, Syracuse, NY 13212. Attention Steven Tompkins, Contracting Specialist. The email address is steve.tompkins@va.gov. The phone number is 315-425-4693. This RFQ is full and open without a set aside. Heart Lung Bypass Unit Salient Characteristics The VAWNY Healthcare System is looking to procure 2 brand new heart lung bypass units for our open heart surgery room located in the OR. Each new unit must be like/comparable to the Terumo System 1 Advanced Perfusion System and must meet the minimum requirements listed below in order to be considered for purchase: "100/120V Alternating Current Platform with Uninterruptible Power Supply (UPS)/ Battery Backup. 1.UPS/ Battery Backup should allow for at least 1 hour of operation time. 2.Manual Crank is required as backup mode of operation. "Air Detector Module 1.Detector requires ability to detect micro bubbles (less than 1mm in diameter). 2.Detector should have alarm threshold for bubbles as small as ~0.3cc (bubbles ~6mm in diameter). 3.Detectors should be available for 1/4", 3/8", and 1/2" tubing. "Level Detector Module 1.Requires visual and acoustic/audible alarms. "Roller Pumps 1.Must have rollers available with pump-head size of at least 15cm. 2.Require ability to produce a minimum flow rate (arterial blood flow) of 7 L/min 3.Head-covers for roller pumps required. 4.Master-Follower (Master/Slave) option for roller pumps is required to allow for synchronous operation. 5.Backup (Extra) roller pumps should be an option for the purchase of a Heart-Lung single system (Ten total 6" roller pumps required for this purchase). "System should allow for the option of a centrifugal pump with anti-retrograde flow valve. "Pressure Monitors (Pods) 1.System should allow for at least 4 pressure sensor/ simultaneous monitoring points. 2.Pressure sensors require measurable range of -200 mmHg to 800 mmHg. "Temperature Monitors (Pods) 1.System should allow for 4-8 temperature sensors/ simultaneous monitoring points. "Electronic Gas Blender/Analyzer 1.System must be capable of measuring FiO2 (fraction of inspired oxygen). 2.Option for total gas flow meter is required. Gas flow range of 0 - 10 L/min is required. "Arterial Line Clamp required with system; an arterial filter and bubble trap should also be included. "Option for venous line clamp should be included. System should be able to measure venous blood temperature and saturation. "Short neck lamp (halogen or LED). "Interface Module for CDI 500 Blood Parameter Monitoring System "System Shelf "2' Mounting Pole "Crossbar Fitting "Aux Pump mounting bracket "System Alert/Alarm when fluid levels reach user set parameters. System must have automatic shutoff when fluid levels reach alarm level parameter. The unit should have visual and audible alarms to warn operators of any system fault that may cause unsafe or erroneous results. Audible and visual indicators should activate when the display reading reaches and remains at the alarm limit. "If the alarm volume is adjustable, it should not be possible to turn the volume down so low that it is not likely to be heard. Although an audible-alarm silence is acceptable, the alarm must recur automatically if the condition is not corrected. If an alarm is silenced, a visual display should clearly indicate which alarm is disabled. "Visual alarms should be easy to identify. The visual alarm must be specific to the problem and remain on until the alarm condition is corrected; it should not be possible to turn off the visual alarm. "All network connection hardware must be included with the purchase of this device. The system must be upgradable for future patient charting. "The system must meet American National Standards Institute (ANSI) and conform to all relevant national and local medical device regulatory agencies. "The device must meet or exceed AAMI and NFPA Electrical Safety requirements. "The Vendor certifies that all devices will withstand normal hospital power interruptions, including generator testing, without manual intervention and that normal device operation will be restored automatically, without loss of data, once power is restored. The Vendor must specify and provide power conditioning if required. "Biomedical Technician training as well as clinical user training must be included with the purchase of this system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815Q0121/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0121 VA528-15-Q-0121_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2031740&FileName=VA528-15-Q-0121-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2031740&FileName=VA528-15-Q-0121-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Buffalo VA Medical Center;3495 Bailey Ave;BUFFALO;NY
Zip Code: 14215
 
Record
SN03724409-W 20150509/150507235648-cf27d4d966f7e90c73ca1ea45713f374 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.