Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

65 -- Welch Allyn Vital Sign Monitors

Notice Date
2/23/2021 10:36:47 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0346
 
Response Due
3/2/2021 8:00:00 AM
 
Archive Date
04/01/2021
 
Point of Contact
Contract Specialist, Ed Ferkel
 
E-Mail Address
edward.ferkel@va.gov
(edward.ferkel@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Service Disabled Veteran Owned Small Businesses capable of meeting requirement and salient characteristics below for the Brand Name purchase of Vital Sign Monitors. The Vital Signs Monitor shall have an intuitive, touchscreen monitor featuring bright, vivid colors for improved workflows and training. It must be adaptable for most low-acuity healthcare environments and clinical workflows, it can measure pulse oximetry, non-invasive blood pressure, temperature, EtCo2, respiration and more. Monitors shall have the ability to have multiple profiles support spot check vitals, averaging, intervals and continuous monitoring workflows. Help prevent patient deterioration using optional early warning scores. Vital Sign monitor shall have wireless EMR connectivity that sends vital information to the clinicians. Salient Characteristics: Ea - Welch Allyn Connex CVSM 6700 Vital Signs Monitor (Mfr. Part no. EM-9672-NXEX; Contractor Part no. 67NXEX-B) which will include the following Nellcor SpO2, Braun ThermoScan PRO 4000 Thermometry (or PRO 6000) SureBP Non-invasive Blood Pressure, Pulse Rate, MAP Custom Scoring, Provides connection to nurse call system Ea - Welch Allyn Accessory Cable Management Mobile Stand for Connex Vital Signs Monitor 6000 Series with Storage Bin mfr. part no. EM-9642-4860 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339112, Surgical and Medical Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 1000 employees. Please answer the following questions (1) Please indicate the size status and representations of your business in accordance with the NAICS code 339112, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?  (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via mail to Edward.Ferkel@va.gov no later than 11:00 AM Eastern Standard Time on March 2, 2021. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All questions will be addressed by the Contractor Officer, Edward Ferkel.   All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Contracting Officer Ed Ferkel, Contract Specialist at Edward.ferkel@va.gov   DISCLAIMER   This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1230b5cbaf874aff9bcc977f748d033a/view)
 
Place of Performance
Address: Altoona VA Medical Center 2907 Pleasant Valley BLVD, Altoona 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN05924807-F 20210225/210223230117 (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.