Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2024 SAM #8220
SOLICITATION NOTICE

65 -- Anesthesia System

Notice Date
5/28/2024 12:22:00 PM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1243
 
Response Due
6/4/2024 4:00:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
Nate Munson, Contract Specialist, Phone: 562-766-2224
 
E-Mail Address
nathan.munson@va.gov
(nathan.munson@va.gov)
 
Awardee
null
 
Description
This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 14 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with (IAW) Far 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide an anesthesia delivery system that at a minimum meets the brandname and/or can possibly provide an equal to product for the VA Medical Center in Long Beach, CA. Brandname Information: Manufacturer: GE Healthcare Item Description: AISYS CS2 Anesthesia Delivery System Quantity: 1 Must include: All operating components, manuals and software AISYS CS @ 12.X & network connectivity support & ARC installation. Manufacturer: GE Healthcare Item Description: Backup Cassettes Quantity: 1 Equal to product Information: Main component: Anesthesia Delivery System Salient Characteristics to be met: Anesthesia delivery system MUST have: A power-up self-test after 12 hrs. of the machine being on An alarm that alerts provider when Apnea exceeds 120 seconds. An Electronic control system to ensure there is an overdose protection and patients are monitored every 200 ms. A small 2.7 L beathing System Low 5ml Tidal volumes Monitor/display equal to or greater than 15 Backup power supply unit with minimum operational time 30 minutes Flow valve range up to 120 L/min 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. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized 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 sub contract 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 a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.Munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, June 4, 2024 by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd3c8f7ac1c849ae842641540d16c9f2/view)
 
Place of Performance
Address: VA Long Beach HCS 5901 East 7th Street, Long Beach 90815, USA
Zip Code: 90815
Country: USA
 
Record
SN07078514-F 20240530/240529051358 (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.