SOURCES SOUGHT
65 -- MoorVMS-LDF Laser Doppler Blood Flow Monitor
- Notice Date
- 12/27/2021 10:53:09 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0159
- Response Due
- 12/30/2021 1:00:00 PM
- Archive Date
- 01/29/2022
- Point of Contact
- Ladell Holmes, Contract Specialist, Phone: (360) 816-2763
- E-Mail Address
-
Ladell.Holmes@va.gov
(Ladell.Holmes@va.gov)
- Awardee
- null
- Description
- The Puget Sound VAMC is seeking Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. The VA PSHCS translational research programs require advanced physiological monitoring equipment to conduct and expand established research procedures. Specifically, laser doppler blood flow monitoring equipment that meets or exceeds the following minimum requirements. Minimum Salient Characteristics: LDF Laser Doppler Blood Flow Monitor The system must be of laser doppler design. The system must be designed for monitoring rodent blood flow and temperature. The system must comply with surgical, medical, and clinical grade regulations and standards of manufacture. The system must employ DSP technology. The system must be a portable, lightweight module. The system must support simultaneous protocol control of pressure cuff, iontophoresis and skin heating modules for reproducible blood flow provocation as well data acquisition. The system must provide standard and custom protocol reports. The system must allow Single and dual channel laser Doppler monitoring options. The system must allow for the combination of modules for a multichannel system with software support for user-directed configurations. The system must have a stacking case design. The system must allow for storage of calibration constants within the individual probe. The system must provide timed re-calibration reminders. The system must have inbuilt temperature measurement for skin probes. The system must have a high contrast, backlit LCD display. The system must allow Microsoft Windows software. The system software must provide analytical features and automatic report generation. The system must provide analogue output (0-5V, BNC) and digital (USB) real time data. The system must provide multilingual training. The system must include 5-year manufacturer s warranty. The North American Industry Classification System (NAICS) is 339112. Any SDVOSB, VOSB, or Small Business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance, and delivery information by notifying the Contract Specialist no later than 1:00 PM Pacific Standard Time, December 30, 2021. Notification shall be e-mailed to Ladell Holmes, at ladell.holmes@va.gov. Any vendor who responds to this Notice must provide credentials to perform the requirement as outlined in the below scope.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a1926bb818b49a9b8805d0e317a58f0/view)
- Place of Performance
- Address: Department of Veterans Affairs Puget Sound VAMC 1660 South Columbian Way, Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN06205332-F 20211229/211227230108 (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 |