Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2019 FBO #6272
SOLICITATION NOTICE

65 -- BIO-CONSOLE-PUMP CONTROLLER (Notice of intent to perform oral solicitation)

Notice Date
1/23/2019
 
Notice Type
Synopsis
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26019Q0202
 
Archive Date
2/2/2019
 
Point of Contact
gregory.watson2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for a BIO-CONSOLE-PUMP CONTROLLER. This will be set-aside for SDVOSB s. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 5 PM PST Monday January 28st 2019. This solicitation will be performed on Tuesday January 29nd. This will be a brand name or equal to solicitation to the following Items Manufactured by Medtronic: Item Part Number Description Qty VR702 VR702//KIT, EXT. REGULATOR, AUTOLOG 2 95184-001 TX50 ADULT FLOW TRANSDUCER 2 BD38 BUBBLE DETECTOR CABLE - ADULT 2 LS100 LEVEL SENSOR 2 HCS150 150 EMERGENCY HANDCRANK STAND 2 HC150A HC150A EMERGENCY HANDCRANK 2 560A EXTERNAL DRIVE MOTOR, 560A 2 560BCS1 BIO-CONSOLE 560 BCS1, PUMP SPEED CONTROLLER 2 Shipping Address: Seattle VA Medical Center 1660 SOUTH COLUMBIAN WAY Seattle, WA 98108 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Must meet minimum salient characteristics to be technically acceptable: Salient Characteristics for the Medtronic Bio-Console 560 The Bio-console 560 is a centrifugal blood pumping system intended to pump blood through the extracorporeal bypass circuit for extracorporeal support for periods appropriate to cardiopulmonary bypass procedures (up to 6 hours). Basically, it pumps as the heart outside of the body during cardiac bypass surgery. Our current model is the 550 Bio-Console and we are requesting 2 Bio-console 560 BCS1, Pump Speed Controllers because our current Model Bio-console 550 is obsoleted. This request includes Medtronic s Affinity AP40 centrifugal blood pump. This requires a different external drive motor and emergency handcrank than the Bio-Pump that we currently have. The UW Perfusionists run the perfusion systems at the VA Seattle. This system needs to be identical to the UW systems for safe and efficient function of the perfusion system during open heart surgery. In addition, our current disposables REF-CB2Z63R2 need to be used with this requested system. The Bio-Console 560 BCS1, Pump Speed Controller must also include the following External Drive Motor- 560A Emergency Handcrank- HC150A Emergency Handcrank Stand- HCS150 Level Sensor- LS100 Bubble Detector- BD38 Flow Transducer- TX50 The unit must be compatible with Century Perfusion Pump System Limits Flow should be 9.99 to +9.99 L/min ± (5% + 50 mL); RPM 0 to 4500 revolutions per minute (RPM)Pressure 300 to +999 mm Hg ± (5% + 5 mm Hg) Operating Limits should be Temperature +18 to +33 °C (+64 to +92 °F); Humidity 10% - 95%, non-condensing Storage Limits need to be Temperature 40 to +66 °C ( 40 to +150 °F); Humidity 10% - 95%, non-condensing; Pressure 700 hPa to 1063 hPa Resolution needs to be Pressure 1 mm Hg; Flow 10 mL; RPM 10 AutoClamp System needs to be pneumatic, with a clamp force of 14.5 Kg (32 lb); Pressure 379-689 kPa (55-100 psi); Gas Air or nitrogen; Tubing (adult) 9.5 mm (3/8 in) ID x 2.4 mm (3/32 in) PVC Bubble Detector System needs to be present at the following settings: Bubble Size 1/2 the diameter of the tubing I.D. Adult: 0.5 mL Pediatric: 0.2 mL Tubing (adult) 9.5 mm (3/8 in) ID x 2.4 mm (3/32 in) PVC Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (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 notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.* NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2019); 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/PoVAMC/VAMCCO80220/36C26019Q0202/listing.html)
 
Place of Performance
Address: Seattle VA Medical Center;1660 SOUTH COLUMBIAN WAY;Seattle, WA
Zip Code: 98108
Country: USA
 
Record
SN05200614-F 20190125/190123230015 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.