Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2022 SAM #7552
SOURCES SOUGHT

65 -- PAD Testing System_QuantaFlo Brand Name or Equal

Notice Date
8/2/2022 5:52:41 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
36C24422Q0998
 
Response Due
8/5/2022 1:00:00 PM
 
Archive Date
08/15/2022
 
Point of Contact
Sarah Chrostowski, Contract Specialist, Phone: 814-860-2010
 
E-Mail Address
sarah.chrostowski@va.gov
(sarah.chrostowski@va.gov)
 
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. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. Peripheral Arterial Disease Testing System Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for one (1) Peripheral Arterial Disease testing system to include necessary training. Scope of Work: Rental of Peripheral Arterial Disease testing system is intended to aid clinicians in the diagnosis and monitoring of Peripheral Arterial Disease. It will be required to provide bilateral, non-invasive physiologic studies of the upper and lower extremity arteries, using volume plethysmography of the posterior tibial and anterior tibial/dorsalis pedis arterial distributions. Additionally, the Peripheral Arterial Disease testing system may be used to perform bilateral, non-invasive physiologic studies of the upper and lower extremity arteries with provocative functional maneuvers. Salient Characteristics of the Laptop System: Processor Intel Celeron Quad Core or equivalent RAM 4 GB Memory Speed 1600 MHz Hard Drive minimum 10GB, preferred 128GB Operating System Windows 10 Pro 64-Bit Net Framework: Microsoft Net Native Framework 1.3 x64 Microsoft Net Native Runtime 1.4 Additional Dependency: Microsoft visual C++2015-2019 (VC_redist x64) Microsoft visual C++ Library x64 14.00 (Microsoft VCLibs x64 14 00) USB Type A connector 2.0 Ports Display Resolution minimum 600 x 1024, preferred 1366x 768 (HD) Accessory Sensor Specifications Cable Length: 9-ft (Catalog #91-0021 & 91-0027) Wavelength: 940nm Interface Types: Male, USB A, micro-B or C (Catalog # 91-0021, 0022 & 0027) Bluetooth (Catalog #91-0023 & 0031) Service Life: 3-years (estimated) Sampling Rate: 50Hz Operating temperature range: 20-40o C (68-104o F) USB Powered (Catalog #91-0021 & 91-0027) Lithium-Ion Battery Powered (Catalog #91-0023) Type B Applied Part Class II ME Equipment Operating Systems: Windows 10 and 11 Screen Resolution: 1280 x 800 (minimum) This system is being solicited as a brand name or equivalent to QuantaFlo V 4.x, which meets all the requirements of this solicitation. The QuantaFlo aids clinicians in the diagnosis of vascular disease by measuring blood volume changes using volume plethysmography in the Brachial, Posterior Tibial and Anterior Tibial/Dorsal Pedis arterial distributions. From these signals, it calculates a result that is predictive of Peripheral Arterial Disease (PAD). In addition, QuantaFlo provides waveforms as part of the report, which may be viewed on the system display. Due to QuantaFlo s higher accuracy and sensitivity over traditional ABI, PAD may be detected earlier, or even asymptomatic, allowing for aggressive proactive treatment. This a portable device s operation is simplistic, and the report is obtained immediately upon completion for physician review. The device is also effective in patients with calcified vessels and is DA approved. It can be used as a standalone system without requiring network connecting and operates on a windows 10 platform. Delivery: The Contractor shall deliver all equipment and accessories required under this SOW within thirty (30) calendar days or less from the date of award, unless otherwise directed by the COR. Delivery of equipment shall be made to: Lebanon VA Medical Center, 1700 S. Lincoln Ave. Lebanon, PA 17042. Delivery to the facility shall be coordinated at least 72 hours prior to required delivery date with the Warehouse Supervisor. Warehouse Supervisor: Dean Steckbeck Phone: (717) 272-6621 x5973 Email: Dean.Steckbeck@va.gov Note: The Warehouse Supervisor has no authority to change the terms and conditions of the awarded contract. Delivery to the site shall be coordinated at least 72 hours prior to required delivery date with the designated Contracting Officer Representative (COR)/POC. COR/POC: Beverly Miller Phone: 717-272-6621, ext. Email: Bevely.Miller1@va.gov Note: The COR/POCPOC has no authority to change the terms and conditions of the awarded contract. Request for Information Instructions 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 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 Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer 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, distributor, or an equivalent solution to the items being referenced above? If not, Can you 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; Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re 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) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) 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. (10) 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? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. 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 e-mail to sarah.chrostowski@va.gov no later than, 4 PM Eastern Standard Time (EST) on August 10, 2022 with 36C24422Q0998 referenced in the subject line. 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 Contracting Specialist, Sarah Chrostowski. 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 beta.sam 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 or Questions will only be accepted in writing by e-mail to Contracting Specialist at sarah.chrostowski@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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28b64b8f6d7b4464b2e4fa6bf387a87f/view)
 
Place of Performance
Address: VA Lebanon Healthcare 1700 S Lincoln Ave, Lebanon 17042
Zip Code: 17042
 
Record
SN06411725-F 20220804/220802230126 (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.