Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2021 SAM #7215
SOURCES SOUGHT

65 -- Test Equipment: Fluke One Channel IDA

Notice Date
8/31/2021 4:47:24 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0943
 
Response Due
9/3/2021 2:00:00 PM
 
Archive Date
10/03/2021
 
Point of Contact
Dane Gift, Contracting Specialist, Phone: 360-816-2762
 
E-Mail Address
Dane.Gift@va.gov
(Dane.Gift@va.gov)
 
Awardee
null
 
Description
Sources Sought 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 (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty IDA-5/1 US120V IDA-5/1 US120V, ONE-CHANNEL INFUSION DEVICE ANALYZER, US 4 Salient Characteristics: The IDA-5 Infusion Device Analyzer is manufactured by Fluke Electronics Corporation and is used by infusion device manufacturers, hospital biomedical engineering departments, and third-party service organizations to verify accurate performance of infusion devices through measurement of flow, volume, and pressure. This device allows for the analysis of a wide range of infusion devices including syringe, drop counting, peristaltic, and volumetric types. Non-steady flow rate pumps can also be analyzed. This device uses distilled or deionized water with an optional wetting agent only. The equipment must meet the minimum of the following: Flow rate measurement must have the following capabilities: Range of 0.1ml/h to 1500ml/h (2500 ml/h is shown). Accuracy of 1% of reading +/- LSD for flows of 16 ml/h to 200 ml/h for volumes over 20 ml, and 2% of reading +/- LSD for volumes over 10 ml under laboratory conditions. Degassed water at 15 degrees Celsius to 30 degrees Celsius for long tests. Volume Measurement must have the following capabilities: Volume is measured directly by the measuring module in minimum sample sizes of 60 l. Range of 0.06 ml to 9999ml. Accuracy of 1% of reading +/- LSD for flows of 16 ml/h to 200 ml/h for volumes over 20 ml, and 2% of reading +/- LSD for volumes over 10 ml under laboratory conditions. Pressure Measurement must have the following capabilities: Range of 0 psi to 45 psi or equivalent in mmHg and kPa Accuracy of 1% of Full Scale +/- LSD under laboratory conditions Max test duration of 1 hour. Potential contractors shall provide, at a minimum, the following information to dane.gift@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334516 Analytical Laboratory Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Responses are due by 9/3/2021 5:00 PM EST, to the Point of Contact. Shipping Address: Puget Sound VA Health Care System 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Dane Gift Contracting Specialist Dane.Gift@va.gov 360-816-2762
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7cbc9d9063e468db2ea5bd12413336b/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound VA Health Care System 1660 S. Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06118447-F 20210902/210831230124 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.