SOURCES SOUGHT
65 -- Model 2100 SX-2 Computerized FLO-LAB
- Notice Date
- 12/10/2018
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0180
- Response Due
- 12/14/2018
- Archive Date
- 1/13/2019
- Point of Contact
- shari.lee@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 5 TITLE:65-Sources Sought Notice for Parks Computerized FLO-Lab SOL: 36325219Q0180 DUE: December 14th, 2018 at 11:59 PM CST SET ASIDE: Unrestricted until market research closes NAICS: 339112 (Surgical and Medical Equipment Manufacturing) SIZE STANDARD: 1,000 employees REQUESTING AGENCY: Network Contracting Office 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214 Mail all responses only to: Shari Lee at shari.lee@va.gov The Great Lakes Acquisition Center, NCO 12, is seeking information regarding this Sources Sought notice. This request is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualifications of Small Businesses, Service Disabled Veteran-Owned Small Businesses, and Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 339112 (Surgical and Medical Equipment Manufacturing). The Department of Veteran s Affairs is seeking small business manufacturer or distributors of small business manufacturers, of functionally equivalent equipment to all the following: Items Needed to meet Governments requirement: Brand Name or Equal (BNOE) Parks Computerized FLO-LAB (Quantity) (Part Number) (Description) #1. (Quantity of 4) (2100-SX-2) (BNOE Parks Medical Electronics Model 2100 SX-2 Computerized FLO-LAB) ***System Features MUST include all noted salient characteristics: *** Must include SonovaE Windows Program running under Windows 10, with Custom/Auto Sequencing. Must include Two Parks Bi-Directional Dopplers (4 MHz and 8 MHz) Cold gas sterilizeable. Must include a computer, Intel Core i3-3240 CPU @ 3.4 GHz, 4 GB RAM. Must Include 120 GB solid state hard drive, Writable CD/DVD Drive. Must Include Canon Color Printer and ink supplies. Must include 19-inch Touch Screen Monitor. Must include Bilateral PVR (Pneumoplethysmography). Must include Bilateral PPG (Photoplethysmography). Must include a Wireless hand control with Mute, Auto Scale, Position, Size, Invert and Cine-Loop control. Must include an Automatic programmable two speed cuff inflator. Must include a Custom sequenced inflation with Multi-Port-Inflator. Must include a Complete arterial cuff set. (6) SC12, (4) SC10, (2) TM7, (2) DC 2.5, (2) DC 1.9, (2) PC 2.5, (2) CC-17, (2) X-long SC12, (2) Spare cuff bladders. Must include PPG Clips Must include Start up Supply Package #2. (Quantity of 1) (no part number) (BNOE - DICOM with STRUCTURED REPORT and MODALITY WORK LIST) DICOM (Digital Imaging and Communications in Medicine) is the standard for hospitals and the capability for DICOM data exchange is an important feature for any diagnostic instrument. Sonova can export data in the DICOM file format for compatibility with standard PACS systems. #3. (Quantity of 1) (no part number) (BNOE Installation, Training and in-service) Installation must include onsite in-services. Training must include Techniques in Non-invasive Vascular Diagnosis by Rob Daigle (15 CME Credits). #4. (Quantity of 1) (shipping) (BNOE Shipping) Shipping MUST be noted as Destination. #5. (Quantity of 2) (Warranties) (BNOE Standard Warranty) Must include Two-Year mailback warranty on unit. Must include Six months warranty on Doppler and PPG sensors. Must include three months warranty on cuff bladders. Warranty for entire unit must include the Customer working with technical support to diagnose problem and replace defective parts. #6. (Quantity of 4) (8070) (BNOE Trade-In of Old FLO-Labs) Must include trade-in of Flo-Labs 4 Units. Serial numbers to turn in: 000001381, 000002176, 000001099, 000001482. (these are from 4 2100 SX Model Machines) The Jesse Brown VA Medical Center Vascular Lab, located in Chicago, Illinois 60612-4223 has a need to acquire (4) Parks Medical Electronics Model 2100 SX-2 Computerized FLO-LABs. The Vascular Lab Surgical Service is requesting the purchase of Quantity 4 Parks Flo Lab Model 2100 SX-2 machines to replace the existing Parks Flo machines in the Vascular Lab. These are noninvasive physiologic arterial diagnostic machines essential for discovering the presence and severity of arterial disease. They provide specialized diagnostics for vascular disease for lower extremity arterial physiologic studies. These machines are used 8-10 times per day. The current machines are at end of life, but are also Windows XP based machines which are mandated to be phased out of the VA. The lab currently has two machines which Biomed is able to provide only limited servicing for and they are glitchy when using and cannot be turned off as they lose the time and date. These machines are what we are using now, and these need to be replaced ASAP. Salient characteristics needed to meet Governments need: Physical and Electrical Data Height: 55 inches Width: 26.5 inches Depth: 30 inches ISO 500 D power supply: 120 V AC, 60 Hz Certifications International Standards: EN 60601-1-1, EN 60601-1-2, EN 55011 Class B CSA: Class 1 equipment; complies with UL Std. 2601-1. Parks Medical is an ISO-13485 certified company. Operating Modalities Doppler Pencil probes High frequency 8 MHz continuous wave (CW) directional (nominal) Low frequency 4 MHz CW directional (nominal) Pneumoplethysmography Volume Pulse Recording (PVR) Bilateral pneumoplethysmography (volume pulse recording) Modes: AC coupled (arterial mode pulsations only) DC coupled (venous mode gross volume changes) Calibration: PVR user selectable calibrated pulse volume measurement. Photoplethysmography PPG Bilateral photoplethysmography sensors Modes: AC coupled (arterial mode pulsations only) DC coupled (venous mode gross volume changes) Handheld Precision Infrared Thermometer (optional) Response Time: approx. 0.1 sec Repeatability: ±0.1 degree F Cuff Inflator Two speed inflator: user programmable Auto or manual deflation: user programmable Linear cuff deflation: user programmable User selectable inflate channel a, b, c, or a & b BP memory: 20 positions with auto ABI calculation Maximum pressure: 300 mmHg Chart Recorder Type:Thermal-array Paper: White, unprinted thermal paper One- or two-channel: user programmable Front panel controls: 5 mm/s, 25 mm/s, and stop Zero/cal 2100-SX Software Microsoft Windows XP Sonova Vascular Diagnostic Software 2100-SX Computer Hardware The Flo-Lab incorporates a non-dedicated, full function IBM compatible Pentium class computer. This makes computer service and upgrading simple and inexpensive. **Offers must respond to this sources sought notice with their authorization letter from the OEM. If you respond favorably with no authorization letter within your email, your response will not and cannot be counted as any possible set-aside. The Contracting Officer will verify that each response is legitimate and verifiable. The place of performance is Department of Veterans Affairs, Jesse Brown VA Medical Center, 2030 West Taylor, Chicago, IL 60612-4223. ** To prevent Gray Market Items within the VA, the following also applies to this sources sought notice: ** (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. The applicable North American Classification System (NAICS) Code for this requirement is 339112 (Surgical and Medical Equipment Manufacturing), and the small business size standard is 1000 employees. Email should contain the following information: Name of firm, full Socio-Economic category of the firm, complete address, phone & fax number of contact and SAM expiration dates. Please reply to shari.lee@va.gov and place 36C25219Q0180 FLO-LAB in the title line within the email. All authorized distributors MUST provide authorized distributor letter when responding, so determination of any set-aside can be made. All responses are due by December 14th, 2018 by 11:59 PM CST. **Note: All SDVOSB vendors who are also authorized distributors of Brand Name or Equal equipment that meets all salient characteristics who plan on competing for this stated acquisition must be VIP Verified at https://www.vip.vetbiz.gov/. To properly apply the VA Rule of Two 38 U.S.C. 8127 (d) Supplies and Services to procurements for SDVOSB set-asides, Contracting Officers are required to verify that all SDVOSBs who are interested parties are VIP Verified during entire acquisition process. Thank You** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0180/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Jesse Brown VA Medical Center;2030 West Taylor;Chicago, IL
- Zip Code: 60612-4223
- Country: USA
- Zip Code: 60612-4223
- Record
- SN05170304-F 20181212/181210230019 (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 |