Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2020 SAM #6829
MODIFICATION

66 -- INDIRECT CALORIMETER PURCHASE HARRY S TRUMAN MEMORIAL VA MEDICAL CENTER - COLUMBIA MO

Notice Date
8/8/2020 9:59:30 AM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0605
 
Response Due
8/21/2020 9:00:00 AM
 
Archive Date
10/20/2020
 
Point of Contact
Cara J Woodring, Contract Specialist
 
E-Mail Address
CARA.WOODRING@va.gov
(CARA.WOODRING@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Item Needed: ONE (1) Indirect calorimeter uses advanced technology and gas analysis to measure subjects in even the most challenging ventilator environments. This includes bias flow, pressure support and elevated or fluctuating fraction of inspired oxygen (FiO2). Spontaneously breathing subjects can benefit as well, using one of the system's comfortable patient interfaces which include the preVentĀ®Ā face mask or face tent. The system uses its robust oxygen, carbon dioxide and breath-by-breath analysis to provide highly accurate resting energy expenditure (REE) and substrate utilization subject data to determine appropriate nutritional support. The fully adjustable desktop allows for expansive personal workspace whether the technician is sitting or standing. Technical Specifications: Please provide a brochure and/or any other written materials that would be helpful in the description of the product you are offering PC: Windows 10 Pro All-In-One Computer Dual Monitors System Configuration: All-In-One design Fully adjustable desktop with height adjustment for sitting or standing operator Room to room portability with gas cylinders integrated Test Modes: Spirometry: FVC, SVC, MVV ABG: Arterial Blood Gas Entry Direct Fick Cardiac Output Nutritional Assessment Bronchial Provocation NICO: CO2 Rebreath Indirect Fick Cardiac Output O2 and CO2 Exercise Testing Software Features: ATS/ERS Error Codes Device Control Disability Reports Manual Data Entry Microsoft SQL Database Report Designer Trend Reports User-Defined Predicteds Ability to interface with current Breeze Connect HL7 Interface Software Current PFT and Server systems utilize MGC Diagnostics Platinum Elite Onsite Operator Training Up to 4 super-users Warranty: Minimum a one (1) year warranty after installation has been completed. Maintenance, to include preventative maintenance, during the warranty period will be at the cost of the manufacturer to include parts, labor and travel. Warranty period shall include: Guaranteed period of availability of replacement parts Delivery time for replacement parts upon receipt of order Normal service hours for field service Installation and Implementation Services The vendor shall provide a description of the installation services offered specifically addressing each of the following requirements: The vendor shall be responsible for testing the system at VA HSTMVA to ensure that the system is functioning as defined by the SOW. The vendor shall be responsible for managing all waste created by the product installation, including clean-up and disposal. The vendor shall define all site preparation requirements of the VA in writing as part of the submittal package. This shall include high voltage electrical requirements, network requirements, and any other required utilities not explicitly specified. Ongoing support via telephone, for 12 months following the installation. Service Requirements The vendor shall address how they will meet the following service requirements: Emergency service by qualified personnel must be provided within 24 hours of notification. Telephone response does not satisfy this requirement. An emergency service request will be issued upon any failure which prevents systems operation and disrupts continued patient care. Prior to and during the guarantee period, all services shall be performed at no charge to the Government. Describe remote system support where applicable, including remote diagnostics via VPN/remote access.(if applicable) Contractor shall utilize the VA national Site-to-Site VPN, or the Contractor shall work with the Office of Cyber and Information Security and VISN15 Information Security Officers to establish a client-based VPN. (if applicable) Post Warranty Maintenance For maintenance service after the warranty period, the vendor shall provide a service agreement proposal addressing at minimum the following items: Guaranteed period of availability of replacement parts Delivery time for replacement parts upon receipt of order Normal service hours for field service The North American Industry Classification System Code (NAICS Code) is 334516 (Analytical Laboratory Instrument Manufacturing), size standard 1000 Employees. 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. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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 acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 07/29/2019 Attention: Cara J. Woodring, Contracting Specialist. Email: cara.woodring@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/25ef269a0a954f44af41ff50b483ff7d/view)
 
Record
SN05750047-F 20200810/200808230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.