Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

65 -- WatchPat Recorders - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817N0218
 
Response Due
2/23/2017
 
Archive Date
3/10/2017
 
Point of Contact
Joel A Fada
 
E-Mail Address
5-4435<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Southern Arizona VA Health Care System (SAVAHCS) has a requirement for Brand Name or Equal WatchPat Recorder Kits and Pheumo Sleep Probes. The intent of the procurement is to award a firm-fixed price contract. The Salient Characteristics define the specifications for the purchase and delivery of the system to the Tucson VA. Required Supplies/Equipment: CLIN 0001: WATCH-PAT200 KIT Includes the following: 6 channels, PAT(Signal and Amplitude), Pulse Rate, Oxygen Saturation, Actigraphy, Snoring, and Body position. Memory Storage: Micro SD RAM, Recording Time Capability: 3 nights. Connects to Computers via USB port; includes carrying case, video instructions for patient, 24/7 technical support, analytical software- QTY 30 Ea CLIN 0002: 12 Pneumo-Opt slp Probes- QTY 10 EA Unit Price SALIENT CHARACTERISTICS WatchPAT (Brand name or Equal). Any offered WatchPAT shall comply with the below stated physical, functional, and salient characteristics: Shall be ONLY a device studied and validated in the Veteran s Administration as comparable or better with typical PSG. Studied against PSG in 3,000 test with head to head competence. Shall have a simplicity and reliability for both end user and clinician. Shall measure Sleep time and sleep state/REM vs. non REM. Shall have the lowest failure rate 1% v 10-20% and less need for retesting. Shall be reportable AHI and RDI. Shall be most clinically validated. Shall be AASM/CMS compliant. Provide Immediate study results. Shall have three (3) consecutive nights of reporting time capacity, versus hours. 24/7 Tech Support for patients and healthcare providers. FAR 52.211-6 Brand Name (a). If an item in this RFI is identified as brand name or equal , the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in this solicitation. (b). To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- (1). Meet the salient physical, functional, or performance characteristics specified in this solicitation; (2). Clearly identify the item by- (i) Brand Name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror as identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining information not identified in the offer. (d). Unless the offeror clearly indicates in its offer that the products being offered is an equal product, the offeror shall provide the brand name product referenced in the RFI. The applicable NAICS code is 339112. Small Business manufacturers for this NAICS code have a size standard of 500. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 60 calendar days ARO, with no options included. It is anticipated that a Request for Quotes will be issued in February, 2017. Award of a firm fixed price contract is contemplated by March, 2017. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is 2/23/2017, at 4:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Joel.fada@va.gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0218/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-N-0218 VA258-17-N-0218_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282082&FileName=VA258-17-N-0218-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282082&FileName=VA258-17-N-0218-001.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: Southern Arizona VA Health Care System;3601 S. 6th Avenue;Tucson, AZ
Zip Code: 85723
 
Record
SN04405794-W 20170218/170216235119-248b19e29d825c6d529f28c9fe72c024 (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.