SOURCES SOUGHT
65 -- Cardiac Perfusion Machine (Heart Lung Machine)
- Notice Date
- 11/22/2013
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11914I0044
- Response Due
- 12/2/2013
- Archive Date
- 1/1/2014
- Point of Contact
- Tracie Quinn
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION - SOURCES SOUGHT 1.0 DESCRIPTION The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) National Standardization Medical/Surgical Integrated Product Team (IPT) identified the need to purchase the "Cardiac Perfusion Machine", which is used to support and/or assume the function of the heart and or lungs during medical procedures. The heart-lung machine pumps blood through the patient's arteries and draws it back into the machine to be reoxgenated so that the patient's body is supplied with the required amount of blood. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. The SAC in conjunction with VHA is seeking qualified sources to provide Cardiac Perfusion Machine on an agency wide basis. Through strategic sourcing, our intent is to continue to reduce costs by standardizing products and the associated sources of supply while simultaneously balancing clinician considerations for obtaining quality products. 2.0 Product Description The Contractor shall provide an uninterrupted source of supply for all Cardiac Perfusion Machines. The Contractor shall provide items that meet minimum technical requirements (MTRs) listed below and deliver to all VA hospitals. Specifically DVA is seeking MTRs that, at a minimum, meet or exceed the following: MTR NumberMinimum Technical Requirement MTR 1 Electrical Console base with connections for up to five pimps. 100-120V range (with flexible adaptable poles and cross bars) MTR 2 Emergency battery (30min-60min backup range) 24v MTR 3Central Control Monitor MTR 4Air Detector Module MTR 5Level Detector Module (alert and alarm) MTR 6Pressure Modules (range of 2-5) MTR 7Modular pumps to include variations of small/large or twin rollers MTR 8Cardioplegia Module MTR 9Blender MTR 10Centrifugal Drive Module MTR 11Centrifugal Drive Motor MTR 12Centrifugal Emergency Manual Drive MTR 13 Blood Flow probe/and bracket MTR 14Venous line occlude MTR 15Module lamp MTR 16Electronic data management systems MTR 17Blood gas monitoring system 3.0 RFI SUBMISSION INSTRUCTIONS Companies are encouraged to respond if they have the capability and capacity to provide the product. However, be advised that generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to provide the required product. If your firm has an interest in responding to the requirement described above, please provide the following: Corporate Capability Statement Information: Corporate Capability Statement; demonstrates capabilities, knowledge and experience related to the Cardiac Perfusion Machine described above (please detail if capability exists to meet each spec listed). If significant subcontracting or teaming is anticipated in order to deliver technical capability and scale, organizations should address the administrative and management structure of such arrangements. Provide a summary of your company's relevant experience in providing solutions that provide quick (real time) response to - what if - scenarios when schedule, technical changes, and financial changes occur. Provide schedule lead time or turnaround time estimates for required product. Responses shall be: 1.Identified with the RFI number; and include: Company's name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Identify the resellers if you are a manufacturer for the Closed Tracheal Suction System. Identify Socio-economic status and business size. Specifically, indicate whether your business is large or small. If small, indicate if your firm qualifies as a (a) small, emerging business, or small disadvantage business, (b) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (c) Indicate if your firm is certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran owned Small Business (VOSB). 3.Provide General Services Administration (GSA) schedule information including schedule/contract number and commodity schedule listing the specified items above (If applicable). 4.Interested parties shall submit a Corporate Capability Statement not exceeding 10 single-sided, type-written pages using 12-point type or larger. 5.The page limit does not apply to advertising material such as company brochures and catalogs. If there is any information you deem proprietary, please mark accordingly. SUBMISSIONS ARE DUE December 2, 2013, by 2:00PM, Eastern Standard Time. All responses under this RFI must be emailed to Tracie Quinn at Tracie.Quinn@va.gov. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the OAO/SAC view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted If you have any questions concerning this opportunity please contact Tracie Quinn at tracie.quinn@va.gov. 4.0 DISCLAIMERS The government will evaluate market information to ascertain potential market capacity to: 1) Provide the commodity consistent in scope and scale with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Implement a successful project management plan that includes: compliance with delivery schedules; and meeting the rigid listed specifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1eabdfc3f358e86bb466fb197054a3f)
- Record
- SN03239746-W 20131124/131122234245-f1eabdfc3f358e86bb466fb197054a3f (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 |