Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOURCES SOUGHT

J -- 36C255-19-AP-1539 Cardiology Monitors (VA-19-00061360)

Notice Date
6/10/2019
 
Notice Type
Synopsis
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0523
 
Archive Date
8/9/2019
 
Point of Contact
Laevenworth, KS 66048
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 3 of 3 SOURCES SOUGHT ANNOUNCEMENT: The Columbia VA Healthcare System, Columbia, MO 65201, is conducting a market survey to identify potential sources to provide the need for Wireless Cardiac Event monitor and Wireless Holter monitor services for diagnosing patients located at the Harry S Truman Memorial Veterans Hospital (Truman VA) in Columbia, MO. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide all materials, labor, supervision and technology to provide equipment and off site monitoring. No travel fees will apply. All delivery, disposable items, and equipment are included in the item price. Location: Harry S Truman Memorial Veterans Hospital, 800 Hospital Drive, Columbia, MO 65201. Devices shall be provided to patients either directly by VA Facility or by mail directly to the patient by the contractor. Upon completion of wearing the recorder, device(s) shall be mailed directly back to contractor at no expense to patient or VA. The contractor shall provide Ambulatory monitoring devices (Holter and Cardiac Telemetry) for patient care in the Cardiology Section. They will provide the following: The contractor shall furnish, for the life of the contract, the following equipment at no additional costs to the Government: Personal cardiac Holter monitors. Personal Cardiac Telemetry monitors. Current operator s manual(s) as well as hands on training by local representative. The system shall have an on board manual to include system operation and troubleshooting. The contractor shall repeat the monitoring study at no additional costs to the Government for the following reasons or other unforeseen issues: Device(s) provides unsatisfactory results. Device(s) fails to transmit or download information. Information is not retrievable through the use of the web based system. There is an imaging defect or artifact determined by the VA to be substandard. The North American Industry Classification System Code (NAICS) is 541512 and the small business size standard is $27.5 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 541512. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Monday, 06/17/2019 prior to 3:00 pm (CST) addressed to Janie Juszczak, Contracting Officer: Janie.juszczak@va.gov. End of Document NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUN-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JUN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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/LeVAMC/VAMCKS/36C25519Q0523/listing.html)
 
Place of Performance
Zip Code: 65201
 
Record
SN05337318-F 20190613/190611230018 (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.