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
SOURCES SOUGHT

65 -- Carbon Dioxide (CO2) Digital Monitoring Systems This is not a quote

Notice Date
6/27/2023 11:40:56 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
36C24423Q0973
 
Response Due
7/5/2023 2:00:00 PM
 
Archive Date
08/04/2023
 
Point of Contact
Jason May, Contract Specialist, Phone: 412-822-2227
 
E-Mail Address
Jason.May2@va.gov
(Jason.May2@va.gov)
 
Awardee
null
 
Description
3 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. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), Pittsburgh is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for Carbon Dioxide (CO2) Digital Monitoring Systems. Statement of Need Scope: The Sleep Lab Department of the VA Pittsburgh Healthcare System (VAPHS) is requesting the purchase of (2) new Carbon Dioxide (CO2) Digital Monitoring Systems. All equipment will be solicited and awarded together. The new system is necessary for daily patient sleep studies. The components and system will meet all specifications as described in this document. General Requirements: Specifications as set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the instrument. The offerer shall meet or exceed the minimum requirements and shall be held responsible for the performance and overall quality of the requested instrument during the instrument s warranty period. The instruments, based upon the specifications requested, shall be the newest and the most current model. A refurbished is not acceptable. Salient characteristics for CO2 Digital monitoring systems : CO2 Digital Monitoring System (2) Must measure transcutaneous oxygen (tcPO2) Must measure transcutaneous carbon dioxide tension (tcPCO2) Must measure pulse rate (PR) Must measure Relative Heating Power (RHP) Must measure vital signs (VS) LED Illumination 3 prong power cord 100 240 V (50/60 Hz) Must have rechargeable battery Auditory alarms Must weigh no more than 6 lbs. Must be smaller than 5 x11 x10 Vital Sign Sensors (2) Must be compatible with the CO2 Digital Monitoring System Adapter Cables (2) Must be compatible with the Somnostar v 11.4 Sleep System Installation, including Verification/Validation, Training: The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. Installation of the system shall be included in the quote. Installation shall be performed by the Contractor or by a sub-Contractor who is certified on the Contractor s equipment. DELIVERY: VA Pittsburgh Healthcare System 4N150-1-UD University Dr Pittsburgh, PA 15240 Repair and Maintenance: Manufacturer will provide troubleshooting manual. Additional Characteristics: These characteristics are mandatory and will be considered in the best-value determination including, but not limited to: Provide utility requirements (electrical, media disposal, etc.) which should include all necessary SDS documents. Provide environmental requirements (heat/cool, humidity, light, etc.) and recommendations for instrument and testing material storage. The manufacturer should define maintenance requirements and indicate what maintenance is performed by the user. 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 1,000 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 provide an authorized distributor letter 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 sub contracted 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 (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 jason.may2@va.gov no later than, 05:00 PM Eastern Standard Time (EST) on July 5, 2023. 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 Jason May at jason.may2@va.gov. Questions or Responses will include the Source Sought number 36C24423Q0973 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. 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 will only be accepted in writing by e-mail to Contracting Specialist at jason.may2@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/42656efdab0e4098bcc4b61161f1a849/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Pittsburgh Healthcare System University Drive Campus University Drive, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06730199-F 20230629/230627230049 (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.