Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

65 -- Imaging MRI Patient Monitoring Equipment

Notice Date
2/25/2022 5:01:10 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0367
 
Response Due
3/4/2022 6:00:00 AM
 
Archive Date
03/14/2022
 
Point of Contact
Ryan Singletary, Contracting Officer
 
E-Mail Address
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
 
Awardee
null
 
Description
Responses must be received no later than Friday, March 4, 2022 at 9:00 AM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Imaging MRI Patient Monitoring Equipment for the Louis A. Johnson VAMC, Clarksburg, WV. Needed Items: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ 3880 W/ECQ-TEK MRI MONITOR - ECG, SPO2, NIBP, ETCO2, TEMP EIL: 360, CSN: 6515-438809, NXR-NX PLAN-IMAGING-VENTILATOR, TRANSPORT MANUFACTURER: IRADIMED CORPORATION LOCAL STOCK NUMBER: 3880Q-4 0002 1.00 EA __________________ __________________ MRI MONITOR REMOTE SYSTEM (REMOTE TABLET, BASE AND RECORDER) EIL: 360, CSN: TBD, NXR-NX PLAN-IMAGING-TBD LOCAL STOCK NUMBER: 3885 0003 1.00 EA __________________ __________________ POLE MOUNT, ROTATING 3880 MONITOR EIL: 360, CSN: TBD, NXR-NX PLAN-IMAGING-MONITOR, MEDICAL LOCAL STOCK NUMBER: 1891 0004 1.00 EA __________________ __________________ 3880 UNIVERSAL GATING INTERFACE W/CABLE LOCAL STOCK NUMBER: 1881 0005 1.00 EA __________________ __________________ TRAINING (2-DAY - 3880 MONITOR SYSTEM) LOCAL STOCK NUMBER: 8700 0006 1.00 EA __________________ __________________ Shipping LOCAL STOCK NUMBER: SHIPPING Brand name: Iradimed 3880 Portable MRI Monitoring System See Statement of Work below. 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 interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, 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 your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, March 4, 2021 at 9:00 AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK AND GENERAL SPECIFICATIONS FOR Portable MRI Monitoring System 1. Background: The Magnetic Resonance Imaging Department at Louis A. Johnson VAMC is seeking a Name Brand or equivalent Iradimed 3880 Portable MRI Monitoring System. Equipment shall comply with guidelines established by Federal, State, and manufacturer s guidelines, and with all terms, conditions, provisions, schedules, and specifications provided herein. 2. Project Scope: The Portable MRI Monitor that we are seeking must be able to monitor ECG, SPO2, NIBP, ETCO2, Temp. It is vital that this system has a 5 lead, ECG electrode, so staff can always have multiple waveforms of the heart. It will need to monitor all patient vitals on 3-minute intervals and send this information to the hospitals EMR using an HL7 cable. This monitor will be used to monitor Critical Care and Anesthesia Sedation patients. If a patient needs to be removed from the magnet in an emergent situation, we must be able to transport the patient with this monitor, so time is not wasted having to switch to a transport monitor. Due to this need, this monitor should weigh less than 20lbs so that it can be easily moved throughout the hospital, with the patient. 3. Salient Characteristics: Mandatory Requirements Portable MRI monitoring system Non-magnetic FDA cleared to safely operate in 30,000 Gauss Masimo SpO2 monitoring Weigh less than 20lbs for easy transport Instant on boot-up within 5 seconds Slave monitor in control room must be removable from the base station. Base station must have built in printer. 5 lead ECG Loaner monitor to be provided if monitor needs repairs or upgrades Tech and RN training on site Ability to add additional parameters to existing platform Software/Interface: Ability to send patient vitals to EMR system using HL7 cable. Service and Telephone Support: One-year warranty return to manufacturer parts and labor. Unlimited telephone support for user technical questions. Training/Procedures: Without additional charge to the government, the technical support team will be available via telephone for set up and user support. 4. Delivery Location: Louis A. Johnson VAMC 1 Medical Center Drive Clarksburg, WV 26301 5. Delivery Date: 30 days from date of award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4851624cba043459f2e2b4914985c53/view)
 
Place of Performance
Address: Louis A. Johnson VAMC 1 Medical Center Drive, Clarksburg 26301
Zip Code: 26301
 
Record
SN06251743-F 20220227/220225230115 (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.