Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

66 -- Notice of Intent to Sole Source - Pulmonary Functional Testing Equipment at Naval Medical Center Portsmouth

Notice Date
6/27/2023 2:01:42 PM
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
PFT1_NMCP
 
Response Due
7/13/2023 6:00:00 AM
 
Archive Date
07/14/2023
 
Point of Contact
Benjamin Reichlin
 
E-Mail Address
benjamin.s.reichlin.civ@health.mil
(benjamin.s.reichlin.civ@health.mil)
 
Description
The Defense Health Agency (DHA) intends to award a sole source supply contract for pulmonary function testing equipment and associated on-site operator training for active-duty sailors and dependents at Naval Medical Center Portsmouth (NMCP), VA. If capable sources are not identified through this notice, DHA intends to award a sole source contract under the authority of 10 U.S.C. 2304(c)(2), (as implemented by FAR 6.302-2) to MGC Diagnostics Corporation, 350 Oak Grove Parkway, St. Paul, Minnesota 55127-8599 for the performance of the described requirement. The purpose of this acquisition is to procure pulmonary function testing equipment for active-duty sailors and their dependents. PFT to be performed at NMCP includes spirometry, plethysmography, diffusion testing, bronchoprovocation with exercise and methacholine, and cardiopulmonary exercise testing (CPEX).� PFT equipment must possess FDA Approval and have an operating system with a minimum of 24 months of commercial support remaining.� PFT equipment must meet American Thoracic Society Standards and American Association of Respiratory Care standards.� In terms of testing capability, the PFT equipment shall be able to meet the following specifications: 1. Flow Sensor to measure volume range (in liters) greater than 10L 2. Flow sensor to measure flow range (in liters/second) of +/- 18L/s 3. Use body plethysmograph to measure Residual volume (RV) 4. Use gas analyzers to measure for CO, CH4, CO2 and O2 5. Capable of impulse oscillometry testing 6. Measure SPO2 during walking stress test 7. Measure for Non-Invasive Hemoglobin and exhaled Nitric Oxide 8. Capable of interfacing with MHS Genesis � supports the HL7 Interface and meets DICOM standards Additionally, the awardee of this contract must obtain and maintain an Authority to Operate (ATO) which will allow equipment to integrate with current DHA Electronic Health Record systems. This requirement is part of General Services Administration (GSA) procurement.� Only one award will be made as a result of this synopsis.� Half of the items needed for this requirement are available on MGC Diagnostic�s GSA Contract No. 36F79719D0257.� However, the following components are not available via their schedule: Ergotron Cart with LCD Pivot, Ergotron Cart Printer Shelf, Inkjet Printer, Three Days Onsite Operator Training, Two Day Onsite Operator Training, Dell Latitude 3310 Series Laptop, Mobile Cart for CPFS/D USB Spirometer, Inkjet Printer for CPFSD, BreezeSuite Software Option, preVent Flow Sensor (Box of 24 Qty), Kit 1 - Includes preVent II Filter (oval with lip grip) & Nose Clip (Qty 100), BreathPath Patient Circuit (Box of 12 Qty), Disposable Mouthpiece for use with Flow Sensor or Filter (Box of 100 Qty), revent Mask 24 Pack of Assorted Sizes, revent Mask Coupler 4 Pack, 8 Hours Remote Professional Service Time, Resmon Pro, Workstation Desk for Resmon Pro FOT, Laptop Computer (Windows 10 Pro 64-Bit), Inkjet Printer for Laptop, Desktop or AIO computer running BreezeSuite, One Day Onsite FOT Installation and Operator Training, preVent Flow Sensor Handle. This notice of intent is not a request for competitive quotes and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to submit a product meeting the minimum requirements specified above. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point.� All capability statements received by the due date of this notice will be considered by the Government.� A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement. Capability statements are due by 0900 hours EDT, Thursday, 13 July 2023. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following address: benjamin.s.reichlin.civ@health.mil.� No phone calls will be accepted.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/783b4c0bae1046d392707aa51adfff53/view)
 
Place of Performance
Address: Portsmouth, VA 23708, USA
Zip Code: 23708
Country: USA
 
Record
SN06729935-F 20230629/230627230048 (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.