Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

65 -- VAAAHS Sleep Mask Demo IDIQ - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25018Q9901
 
Response Due
9/17/2018
 
Archive Date
10/17/2018
 
Point of Contact
Chuck Lakin
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Ann Arbor Healthcare System (VAAAHS), Ann Arbor, MI, in intends to solicit for furnishing CPAP and BIPAP Demonstration Masks for use in the Sleep Lab. NAICS 339113 applies, the small business size standard is 750 Employees. The contractor shall deliver to the VAAAHS at 2215 Fuller Rd., Ann Arbor, MI 48105, on a weekly basis, in the quantities coordinated. One to three five year ordering period IDIQ contracts are anticipated with a minimum quantity of $100.00 each. This is a total SDVOSB set-aside. This pre-solicitation synopsis is not a request for competitive proposals. It is not a solicitation or request for offers. No solicitation package is available. The solicitation is anticipated to be issued on 9/13/2018 and is anticipated to close on 9/17/2018. All questions should be addressed to Chuck Lakin, Charles.lakin2@va.gov The requirements are anticipated to be as stated below: Department of Veterans Affairs Warehouse located at 2215 Fuller Road, Ann Arbor, MI 48105 requires replenishment of sleep masks to their inventory for veterans during sleep testing on a weekly basis. The inventory is to provide veterans various mask options to fit their needs. The contractor shall provide the weekly minimum of masks in the table below, increases to the weekly standing order will be coordinated on an as needed basis by VA personnel, to the VA Ann Arbor Healthcare System at significantly discounted prices for use during the VA sleep testing program. These masks are not for home patient usage. VA is not authorized to resell the testing masks or associated products. Sleep clinic utilizes the following Brand name makes and models: Per Week Resmed   MIN. YRS 1-5 MAX YR 1 MAX YR 2 MAX YR 3 MAX YR 4 MAX YR 5 1.             Resmed- Mirage Quattro, Full Face Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 2.             Resmed- Quattro Air, Full Face Mask (4 of each size: S, M, L) or Equal 12 200 220 240 260 280 3.             Resmed- AirFit F20, Full Face Mask ( 4 of each size: S, M, L) or Equal 12 200 220 240 260 280 4.             Resmed- AirFit N20, Nasal Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 5.             Resmed- Swift FX, Nasal Pillow Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 6.             Resmed- Air Fit P10, Nasal Pillow Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 7.             Resmed Mirage FX-Standard (4 of each size S, M, L) or Equal 12 200 220 240 260 280   Fisher & Paykel Healthcare   8.             Fisher & Paykel- Brevida, Nasal Pillow Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 9.             Fisher & Paykel- Simplus, Full Face Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 10.       FISHER & PAYKEL, Eson 2, Nasal Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280   Philips Respironics   11.       Respironics- Amara View, Full Face Mask (2 of each sizeS, M, L) or Equal 6 100 110 120 130 140 Respironics- Dreamwear, Under the Nose Nasal Mask (4 of each size S, M, L) or Equal 12 200 220 240 260 280 IAW FAR 11.104(b) to be considered an equal item and be further considered for award the masks must meet the following salient characteristics: Masks provided shall function with a ResMed S9 VPAP machine Masks provided shall be new 1st quality masks and may NOT be refurbished or factory seconds. The proposed contract(s) will allow for purchase card usage. A five year ordering period contract(s) is/are anticipated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9901/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9901 36C25018Q9901.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590000&FileName=36C25018Q9901-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590000&FileName=36C25018Q9901-000.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: Department of Veterans Affairs;VA Ann Arbor Healthcare System;2215 Fuller Road;Ann Arbor, MI
Zip Code: 48105
 
Record
SN05088625-W 20180915/180913231618-2ac81f46c698207a4e9dfdf7f9f1228e (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.