SOURCES SOUGHT
65 -- GE Carestation 650 (Delivery for VA Altoona) This is Brand Name Only). This is not a request for quotes.
- Notice Date
- 11/9/2022 7:56:38 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
- 36C24423Q0131
- Response Due
- 11/16/2022 1:30:00 PM
- Archive Date
- 02/14/2023
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@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. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 11. GE Carestation 650 (Brand Name Only) INTRODUCTION/BACKGROUND: GE is a leader in designing Carestations specifically suited to the practice of low-flow anesthesia delivery and its fast wash-in/wash-out requirements. Ensuring quick patient response to changes in fresh gas and anesthetic agent may positively impact anesthetic costs and improve induction and emergence - optimizing time in the OR. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Altoona VA Medical Center hereby referred to as the Altoona VAMC, is requesting the Brand Name only acquisition of the following: One (1), P/N 2091345-001, GE Carestation 650 MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See Paragraph 3.4 Table 1 for requirement Salient Characteristics for Brand Name GE Carestation 650 Elegant modern design in a slim, compact frame well suited for constrained environments. Simple and easy to use 15"" touchscreen ventilator display. Intuitive CARESCAPE inspired user interface for the unified Carestation user experience. Integrated CARESCAPE Respiratory Module. Time saving tools to help streamline clinician workload. Scalable software and hardware features: build your own Carestation. ecoFLOW display option may help clinicians mitigate the risk of hypoxic mixtures while helping to reduce agent use by using low and minimum flows with continuous gas monitoring. Ventilation Small, compact breathing system specifically designed for low flow anesthesia. Fast gas kinetics for rapid wash-in and wash-out. Digitally controlled flow valve ventilator supports all patient types from neonates to adults. Advanced ventilation options including synchronized PCV-VG with pressure support (SIMV PCV-VG) and minimum rate ventilation (CPAP+PSV). Software enabled tools including Vital Capacity and Cycling Procedures to help automate repetitive tasks used during lung ventilation procedures. Continual fresh gas flow with fresh gas flow compensation during mechanical ventilation. Design Durable wheels, handles and central brake for mobility and stability. Robust handles and mounting rails. Easy to clean surfaces. Movable display arm that rotates and tilts for ideal positioning. Two (2) vaporizer configuration. Bi-level work surface illumination. Absorbent canister designed for ease of use and long life. Intelligent lighting that highlights active flow controls and auxiliary ports when in use. Technical Specifications Height: 135 cm / 53.1 in Width: 82.5 cm / 32.4 in Depth: 75 cm / 29.5 in Weight: 145 kg / 320 lb. Top Shelf Weight limit: 25 kg / 55 lb. Width: 41.3 cm / 16.3 in Depth: 27.0 cm / 10.6 in Work Surface Height: 83.6 cm / 32.9 in Size: 1930 cm2 / 299 in2 Size: 2950 cm2 / 471 in2 (with optional flip shelf) Upper left Datex-Ohmeda (DO) dovetail Dovetail length: 54 cm/21.3 in Lower left Datex-Ohmeda (DO) dovetail Dovetail length: 28 cm/11.0 in Right left Datex-Ohmeda (DO) dovetail Dovetail length: 96.4 cm/38.0 in Drawer (internal dimensions) Height: Top and middle: 8.6 cm/3.4 in Bottom: 13.3 cm/5.2 in Width: 34 cm/13 in Depth: 37 cm/14.6 in Manual ventilation bag arm (optional) Arm length: 39.8 cm/15.7 in Bag arm height (adjustable): 53 cm/20.9 in; 136 cm/53.5 in Casters Diameter: 12.5 cm/4.9 in Brakes: Central Brake Flow transducer Type: Variable orifice flow sensor (autoclavable) Location: Inspiratory outlet and expiratory inlet Oxygen sensor Type Optional galvanic fuel cell paramagnetic with Airway Module option Ventilator screen Display size: 15 inch Pixel format: 1024 x 768 Battery backup Backup power: Demonstrated battery time is up to 90 minutes when fully charged. Battery time under extreme conditions is 30 minutes. Battery type: Internal rechargeable sealed lead acid Communication ports RS-232C compatible serial interface Ethernet Datex-Ohmeda device interface solutions port USB port VGA Output Current leakage 100/120 V: < 300 A 220/240 V: < 500 A Power Power input 100-120 Vac, 50/60 Hz 220-240 Vac, 50/60 Hz 120/220-240 Vac ± 10%, 50-60 Hz Power cord Length 5 m/16.4 ft Rating 10A @ 220-240 Vac 15A @ 100-120 Vac 10A @ 120/220-240 Vac Inlet modules 100/120 V: Without outlets: 2A With outlets: 10A 220/240 V: Without outlets: 1A With outlets: 5A Table 1 Line No. Part No. Description Qty 0001 1012-9650-000 Carestation 650 A1 1 0002 2091345-001 Carestation 650 Standard Package (The Carestation 650, Standard Configuration, includes Volume and Pressure Control Ventilation, Complete Spontaneous Breathing Suite (SIMV- VCV, SIMV, PCV, PSVPro), Advanced Pressure (PCV-VG), Advanced Spontaneous Suite (SIMV PCV-VG), Integrated Gas Module Slot, Flip up Shelf, 15' Touchscreen Ventilator Display with ComWheel, 3-Drawer Storage, Central Brake, Caster Guards, Fast Guided Checkout, Compact Breathing System, Intelligent Lighting Controls, Electronic Flow Valve Technology Ventilator) 1 0003 M1809049-G ACGO and Auxiliary O2 Gas Outlet (Green O2 Flush Button) 1 0004 M1809008 Articulating Anesthesia Display Arm, Vertical Configured Monitor Mount 1 0005 M1809134 Active Low Flow AGSS with DISS EVAC Connector 1 0006 M1809038 Suction Regulator, 3 Mode, DISS Pipeline Fitting 1 0007 M1809222 Third Cylinder Factory Installed Kit - N2O PIN 1 0008 M1809962 Vital Capacity & Cycling 1 0009 M1806601 FLOWMETER AND GAS OUTLET INTERFACE W/ ACGO O2 N2O AIR"" 1 0010 Tec6and7VaporizersBundle TEC 6 & 7 Vaps 1 0011 2106572-001 EASY-FIL Bottle Adapter, Isoflurane 1 0012 2106572-003 EASY-FIL Bottle Adapter, Sevoflurane 1 0013 LCS ARC Hose Assemblies All Gas Hoses 1 0014 0221-1006-882 NCG VAC suction wall adapter, white 1 0015 0231-1518-810 DISS H-I-T, NCG, O2 Hose Assembly, 4.6 m/15 ft"" 1 0016 0231-1518-811 DISS H-I-T, NCG, N2O Hose Assembly, 4.6 m/15 ft"" 1 0017 0231-1518-812 DISS H-I-T, NCG, Vac Hose Assembly, 4.6 m/15 ft"" 1 0018 0231-1518-813 DISS H-I-T, NCG, Air Hose Assembly, 4.6 m/15 ft"" 1 0019 ARCGasModulesBundles Anesthesia Gas Modules 1 0020 5697052 N-CAIO-00, AIRWAY GAS OPTION, ENGLISH, SUA 1 0021 M1182629 D-fend Pro Water Trap, Dark Steel Blue, box of 10 pcs 1 0022 5514183 Gas exhaust line, white conical and Colder, disposable, 0.18m/7in 1 0023 M1808034 Short Cable Management Arm with Hooks 1 0024 2105489-006 AMSORB PLUS® Prefilled CARE-CAN Absorber Canister, 1.4L, 8/BX 1 0025 0231-1118-816 Evac hose assemblies DISS EVAC Hand-i-Twist (H-I-T), 4.6 m/15 ft 1 0026 2096533-004 Straight Connector - CBS Bag Arm, 22M-22M 1 0027 1006-8082-000 Suction Mounting Post 1 0028 6600-0031-900 Dovetail Rail Bracket for Blender/Canisters/Billisoft 1 0029 2083083-002 ARC INSTALLATION CHARGE 1 0030 2042084-001 CARESCAPE PDM CARESCAPE PATIENT DATA MODULE 1 0031 2041390-001 Masimo SpO2 1 0032 2041390-003 English English, Masimo 1 0033 2041575-002 60Hz SW OPT 60HZ POWER LINE FREQUENCY PDM 1 0034 2041575-003 Software Option Enable Invasive BP 1 0035 2041390-041 Battery ATO OI BATTERY 1 0036 2041390-044 No Bedside Dock Bedside Dock 1 0037 CarescapeMonitorPeripherals_ Bundle and User Documentation 1 0038 Masimo_SPO2Acessories_bundle Masimo SPO2 accessories 1 0039 2027258-001 LNCS Sensor DC-I Adult Reusable 1 0040 2027261-001 Masimo LNCS TC-I TipClip Reusable Ear Sensor 1 0041 ECGAccessories bundle CARESCAPE ECG, Select ECG cables."" 1 0042 2106305-001 ECG Trunk Cable, 3/5- lead, AHA, 3.6 m/12 ft. 1 0043 2106390-002 ECG Leadwire set, 3-lead, Grabber, AHA, 130 cm/ 51 in"" 1 0044 TempAccessories_bundle Temperature Accessories, Select Temp cables. 1 0045 2104179-001 Temperature Cable, 400 Series for Disposable Probes, Single, 3.6 m/12 ft 1 0046 IBPAcessories_bundle IBP Accessories 1 0047 2104162-001 IBP Cable, Edwards LS TruWave, Single, 3.6 m/12 ft. 1 0048 NIBP_USA_bundle Nested Bundle for NIBP Cuffs for Monitoring Products USA. 1 0049 2058203-002 DINACLICK Airhose, 12 ft (3.6M) Care Hose w/ Rectangle Connector to Adult 2T DINACLICK Connector 1 0050 2059301-001 DURA-CUF Assortment Kit, 2T DINACLICK -3/PK (1 sm adult, 1 adult, 1 lg adult) 1 0051 2083083-001 INSTALLATION CHARGE"" 1 0052 5805686 CARESCAPE B450 MBA323 (ATO MODEL) Bx50: WARRANTY: 3 years parts phone support from 7 am to 5 pm Central Time, Monday-Friday, excluding GE Healthcare holidays, 1-year labor (excluding displays, which are standard 1-year parts and labor) 1 0053 5805670 B450 MBA323 FRAME WITHOUT WLAN 1 0054 2062895-001 Battery FLEX-3S2P 10.8V 18650 LI-ION SMBUS (B450 Compatible) 1 0055 5821557 CARESCAPE B450 CSP V3.2 SOFTWARE 1 0056 2066520-001 B450 W/ Recorder 1 0057 5822486-16 B450 V3.2 ENGLISH US LOCALIZATION- MANUALS 1 0058 2068494-005 B450 English US Keyboard Software Setting 1 0059 2068494-017 B450 Power Frequency Setting 60HZ 1 0060 2064265-001 B450 4ORP Anesthesia Software Package 1 0061 5864700-01 B450 BASIC ANESTHESIA BUNDLE 1 0062 2105824-004 PARR Full ARRHYTHMIA License 1 0063 2066381-001 Power Cord, USA/Canada 8FT Angle, GE Re-Order PN 405535-007 1 0064 2105824-018 PDM and CARESCAPE One Support PDM and CARESCAPE One Support 1 0065 2083083-001 INSTALLATION CHARGE 1 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Suzanne Yonts Phone Number: 814-943-8164x17261 Email: Suzanne.Yonts@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Altoona (503). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. 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, UEI 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: 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.)? Is your company considered small under the NAICS code identified under this RFI? 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? 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). 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? 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 subcontracted work and completion of job. 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. 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? 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. 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? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI 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 allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on November 16, 2022. 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, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the 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 will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@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://sam.gov/opp/0018dd23d39346bd8d1c47edff409887/view)
- Place of Performance
- Address: Altoona VAMC 2907 Pleasant Valley Blvd, Altoona 16602-4305, USA
- Zip Code: 16602-4305
- Country: USA
- Zip Code: 16602-4305
- Record
- SN06514362-F 20221111/221109230115 (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 |