Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
DOCUMENT

65 -- Anesthesia System - Attachment

Notice Date
9/5/2019
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0688
 
Response Due
9/9/2019
 
Archive Date
10/9/2019
 
Point of Contact
Joanna Hudson-Lundquist
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for ANESTHESIA SYSTEM as more particularly described by Salient Characteristics below. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. SALIENT CHARACTERISTICS: Anesthesia Delivery: Compact breathing system Time-based fully automatic start up and test functionality Battery for up to 90 minutes back-up power Color touchscreen display, for fresh gas efficiency, three waveforms, parameters and mini trends simultaneously LCD status display for gas and power supplies as well as airway pressure Basic unit equipped with 4 integrated isolated power outlets and an additional power outlet strip, isolation transformer, main switch for all outlets, circuit breakers for each power outlet. Digitally controlled vaporizer, ventilator and gas delivery Cylinder holders & pressure regulators, gas hoses & adapters, PAW gauge, auxiliary O2 flowmeter, bag arm, writing tray, three storage drawers with one lockable. Integrated dimmable illumination of working and documentation surfaces Compact breathing system, tool free exchangeability enables delivery of low to minimum fresh gas flows. The small volume breathing system makes fast agent concentration changes possible. It is easily autoclavable. Integrated gas analyzer; inspiratory and expiratory gas mixture; automatic identification of two simultaneous anesthetic agents; age-corrected MAC value- consumption-free oxygen monitoring; measurement of gas consumption SW option Pressure Support with trigger sensitivity set according to the patient s needs; Manual/Spontaneous ventilation Modular gas sampling unit Cable management arm for electronic record keeper Adjustable suction system arm for patient suction A digital pressure gauge for airway pressure as well as a mechanical indicator of total fresh gas flow An APL (airway pressure limitation) valve which is easily accessible to the user An electronically controlled, electrically driven ventilator that does not require drive gas to mechanically ventilate the patient Monitor and ventilator controls mounted on adjustable arm Capable of returning gas sampled for analysis back to the breathing system for use in ventilation Machines compatible with electronic anesthesia record system Trolley mount anesthesia machine Digital and mechanical fresh-gas delivery with electronic measurement and display Guarantees a minimum O2 concentration of 21% in the fresh-gas flow Manual ventilation during power-off, standby and start-up Pressure gauges for central gas supply 3 gas version, 3 gas inlet, ventilator and trolley Adjustable settings for Inspiratory pressure, respiratory rate, PEEP, TI:TE, inspiratory flow, alarm limits Wheeled machine with caster guards An electronically controlled, electrically driven ventilator that does not require drive gas to mechanically ventilate the patient Is not reliant upon electrical power (Since anesthesia machines are life critical systems, to meet the patient safety requirements of our facility, the systems must not be reliant upon electrical power for: fresh gas flow for continued delivering of care vaporization and anesthetic agent delivery and hypoxic guard to be operational. In the event of total power failure, patient fresh gas flow must be maintained, and anesthetic agents continue to be delivered, thereby maintaining the safety of the patient for the remainder of the surgical procedure.) One digital desflurane and two sevoflurane vaporizers per machine Anesthesia Monitoring: Multicolor modular monitor, 15 inches or more, touch screen Cable management arm for electronic record keeper Export Protocol Cable for data output to record keeper The lung recruitment procedure display shall include trending for up to nine parameters directly from the ventilator/anesthesia device. The lung recruitment procedure display shall include cardio-physiological parameters of the monitor in breath-to-breath resolution and provide cursors for assessing the response to therapy The monitoring solution shall support interfaces to a minimum of three different external devices at one time Nelcor pulse oximeter cables and Argon transducer cables TRAINING: System Administration MAINTENACE and WARRANTY: The contractor shall provide a minimum warranty of a year or better for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the Anesthesia System. The contractor shall provide details of standard warranty. Contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide an on-site maintenance for unscheduled repairs within 24-48 hours for all components. Responses shall be submitted to JOANNA.HUDSON-LUNDQUIST@VA.GOV by 4:00pm EST on Monday, September 9th, 2019. This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: DUNS Number: The anticipated North American Industry Classification System (NAICS) code is 339112 Medical and Surgical Instrument Manufacturing. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no If a small business manufacturer (for the NAICS code and size standard), agrees that in the performance of any resulting contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. [ ] yes [ ] no If a small business nonmanufacturer (500 employees as stated in FAR 52.212-1(a)), agrees to furnish in the performance of any resulting contract, the product(s) of a small business manufacturer (for the NAICS code and size standard) or producer. For size determination purposes, there can be only one manufacturer of the end product(s) being acquired. [ ] yes [ ] no - Will furnish the end product(s) manufactured or produced in the United States or its outlying areas. [ ] yes [ ] no - Available through GSA/FSS or other GWAC (please specify). Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0688/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25919Q0688 36C25919Q0688.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5140502&FileName=36C25919Q0688-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5140502&FileName=36C25919Q0688-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05433230-W 20190907/190905231339-1bde32a72c8360d00cc958c0291fbcc0 (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.