Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

65 -- 1. STAT PROFILE PRIME PLUS w/ ACC PACK

Notice Date
1/5/2023 4:17:38 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0173
 
Response Due
1/12/2023 12:00:00 PM
 
Archive Date
01/22/2023
 
Point of Contact
Frank E Gastelum, frank.gastelum@va.gov
 
E-Mail Address
frank.gastelum@va.gov
(frank.gastelum@va.gov)
 
Awardee
null
 
Description
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to any social economic category vendor that is capable and authorized to fulfill this requirement. Roseburg VAMC is seeking to procure Stat Profile Prime Plus for use at their Roseburg VAMC and Eugene CBOC facility. This is an unrestricted/open market sources sought notification. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. Manufacturer and/or authorized distributors which can provide the following necessary item(s). Item(s) requested for market research purposes are brand name or equal:   STAT PROFILE PRIME PLUS w/ ACC PACK (MFG: Nova Biomedical (GS-07F-118CA)) Salient Characteristics: Analyzer must not exceed noise level 47dB Analyzer should not/must not require any adapters to sample from capillary tubes, open top containers, syringes. Analyzer must not require/recommend a proprietary sample delivery device. Analyzer provides a measured Hct, Hb and SO2% without CO-Oximetry. Analyzer must provide MetHb, CO-Hb, HHb, tHb, 02Hb without mechanically or chemically lysing a whole blood sample. Analyzer utilizes Clot Block protection or Clot mitigation technology. Analyzer must not have a silicon syringe interference. Analyzer must be mobile on a cart. Cartridges/consumables must have the ability of to be moved from analyzer to analyzer to optimize use life. Analyzer must use a component cartridge system. Calibrator & QC Cartridges storage/shelf life 18 months from the date of manufacture Analyzer must automatically measure Barometric Pressure (BP or BarP). Analyzer must allow for multiple scanning options including positive patient ID. Analyzer must not require separate waste/biohazard container. Analyzer must provide an option for hands free aspiration of syringe samples. Analyzer must not be a single cartridge system. Analyzer must not require analysis of any external material prior to becoming sample ready. Analyzer must utilize separate QC and Calibrator cartridges. Analyzer must provide a complete electrolyte profile including Na, K, Cl, iMg & iCa. Platform must provide the ability to complete a basic metabolic panel or CHEM8. Analyzer must provide calculated parameters estimated plasma volume (ePV) and oxygen index (OI). Potential contractors shall provide, at a minimum, the following information to frank.gastelum@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 339113. To be considered a small business your company must have fewer than 750 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) Only authorized representatives/providers 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.   Response due date is 1/12/23 no later than 3:00pm EST. Please reply to frank.gastelum@va.gov     Delivery would be to: Roseburg VAMC- 913 NW Garden Valley Blvd, Roseburg OR 97471 Eugene HCC- 3355 Chad Dr, Eugene OR 97408
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e93eea8e4e474b90838cd318b1148ba6/view)
 
Record
SN06557682-F 20230107/230105230111 (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.