Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOURCES SOUGHT

65 -- GE Telemetry and CIC Monitoring System

Notice Date
4/29/2011
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FM230002721195
 
Archive Date
5/21/2011
 
Point of Contact
JiaJia Bao Lee, Phone: 9375224646
 
E-Mail Address
jiajia.lee@wpafb.af.mil
(jiajia.lee@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing the Wright Patterson Air Force Base/Medical Center with Brand Name in accordance with FAR 52.211-6 for GE Telemetry and Clinical Information Center (CIC) Monitoring System. These equipments must be compatible the existing GE Telementry and CIC system as well as the GE Solar 8000i systems already in place. GE Telemetry and CIC Monitoring System minimum requirements: 1. Must be able to provide bedside and remote cardiac monitoring and centralized data storage for different departments of the medical center. 2. Must be able to remotely monitor bedside cardiac data to include cardiac outputs, capnography, pulse oximetry, hemodynamic monitoring, noninvasive blood pressure, core temperature, as well as monitoring remote telemetry units. Specific requirements include: 1. ICU Solar 8000i (Qty: 12) 2. Tram 451 Nellcor (Qty:16) 3. 19" MGD Serial ELO (Qty:12) 4. Keypad with holster (Qty:12) 5. Universal keypad Mounting kit (Qty:12) 6. Remote control adult 10ft cable (Qty: 12) 7. Patient Cables-SPO2 Nellcor OxiMax Cable, Nellcor OxiMax Interface,12 feet (Qty:12) 8. Transport Pro (Qty:12) 9. Mounting Generic Flush wall mount (Qty:12) 10. Variable height arm 6" Extension mount (Qty: 12) 11. GCX Non-locking variable height wall mount (Qty: 12) 12. Single Rac 4A Mount to variable height mount arm (Qty:12) 13. Flat panel holster power supply mount (Qty:12) 14. 19" wall channel (Qty: 12) 15. ApexPro CH Transmitter (Qty: 31) 16. On-Site ApexPro support. Four days training and Go Live Support 17. Two copies of the user and technical manuals it will be available upon delivery on quote. Contractors responding to this announcement should indicate their size, particularly if they are a small business, small disadvantaged business, woman-owned small business, HUBZone small business, or service-disabled, veteran-owned small business, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAICS) code is 339113, size standard of 500 employees. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary information and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or a related effort, a Request for Quote (RFQ) will be published. Please respond if you have the capability to provide the above requirement to Capt JiaJia Lee not later than 12:00 pm EST, 6 May 2011. Please include in all correspondence a reference to "Telemetry and CIC Monitoring System". All questions and responds shall be submitted in writing to Capt JiaJia Lee, Contract Specialist, jiajia.lee@wpafb.af.mil, ASC/PKOAA, (937) 522-4646. REQUEST FOR CAPABILITY PACKAGE: Requesting your firm to submit a picture of each item and provide a specification for each item listed under "Chairs and free standing furniture minimum requirements".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FM230002721195/listing.html)
 
Place of Performance
Address: 1940 Allbrook Dr, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02436350-W 20110501/110429234147-1f523ad00d0d874cc80a88ced7f3241c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.