SOURCES SOUGHT
65 -- MRI Safe Medication Pumps
- Notice Date
- 4/9/2020 9:06:52 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
- 36C24420Q0365
- Response Due
- 4/30/2020 12:00:00 AM
- Archive Date
- 07/29/2020
- Point of Contact
- Ronald Kline
- E-Mail Address
-
ronald.kline@va.gov
(ronald.kline@va.gov)
- Awardee
- null
- Description
- 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), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name or equal MRI Remote Monitor system located in VA Healthcare System, Lebanon, PA. Requirements Compatibility Requirements: The MRI safe pumps and monitor will be compatible with and not interfere with our wireless network. (this was evaluated by the Biomedical department prior to approval) Brand Name or Equal to Iradimed MRI safe Pumps (model 3860) and Monitor (model 3880). Volumetric Infusion Pump & Monitor Electrical Characteristics HI/LO Line Voltage Requirements 100 to 240 VAC +/-10%, 50/60 Hz Power Sources Available Internal battery power with separate AC charger/power supply Power Consumption 12 Hours at 125 mL/hr. Rate Battery Charge Time 200 charge/discharge cycles Leakage Current 100 L MRI Performance MRI Magnet Compatibility 0.2 to 3.0 Tesla MRI Systems Magnetic Field Limit 10,000 Gauss line (1T magnetic field line) Minimal ferrous material used inside Pump (<15 grams); non-magnetic motor used inside Pump Compliance with Standards IEC 60601-1-1, IEC 60601-1-2, IEC 60601-2-24, ISO 9919, AAMI ID 26, UL60601 Monitor - Pulse Oximeter Sensor Type Fiberoptic MRI SpO2 sensor with no RF conductive components Sensor Length 90 inches (2.3 m) Accuracy 70 99 % SpO2 +/- 3 digits Adult/Pediatric/Infant, Heart Rate +/- 3 BPM (no motion) Display Ranges Pulse Oximeter: 70 - 99 % SpO2, Heart Rate: 40-240 BPM Installation: The MRI safe Pumps and monitors will be installed in the MRI suite Building 1 Room 107. The vendor will not be required to take the old unit, unless that is worked into the contract. If they are taking the old unit, we will have Biomed scrub the hard drive. Vendor will be providing the installation and training for this new equipment. The training must occur on site in Radiology with zztest imaging files used for training purposes. Item Number Description Ref CLIN Comment Quantity Unit of Measure 0001 3880 MRI Standard Monitor System 3880-3 ECG, SPO2, NIBP & ETCO2 3880 MRI Standard Monitor System 3880-3 ECG, SPO2, NIBP & ETCO2 1 EA 0002 MRI Monitor Remote System 3885 MRI Monitor Remote System 3885 1 EA 0003 POLE MOUNT, ROTATING 3880 MONITOR 1891 POLE MOUNT, ROTATING 3880 MONITOR 1891 1 EA 0004 ROLL STAND, NON-MAGNETIC, 3880 MONITOR 1119M ROLL STAND, NON-MAGNETIC, 3880 MONITOR 1119M 1 EA 0005 MRIDIUM MR INFUSION PUMP W/ SPO2 3860+ MRIDIUM MR INFUSION PUMP W/ SPO2 3860+ 2 EA 0006 MRIDIUM 3861 SIDECAR SECOND CHANNEL 3861 MRIDIUM 3861 SIDECAR SECOND CHANNEL 3861 2 EA 0007 MRIDIUM 3865 REMOTE MONITOR 3865 MRIDIUM 3865 REMOTE MONITOR 3865 2 EA 0008 ROLL STAND, NON-MAGNETIC 1119 ROLL STAND, NON-MAGNETIC 1119 2 EA 0009 MRIDIUM 3860 DERS LIBRARY KIT 1145 MRIDIUM 3860 DERS LIBRARY KIT 1145 2 EA 0010 MRIDIUM DERS INITIAL LIBRARY ENTRY 9992 MRIDIUM DERS INITIAL LIBRARY ENTRY 9992 2 EA 0011 FIBER OPTIC SpO2 CABLE KIT 1170 FIBER OPTIC SpO2 CABLE KIT 1170 2 EA 0012 SPO2 GRIP SENSOR STARTER PACK-SIZE 1,2,3 1171 SPO2 GRIP SENSOR STARTER PACK-SIZE 1,2,3 1171 2 EA 0013 TWO (2) DAY APPLICATIONS TRAINING 9999 TWO (2) DAY APPLICATIONS TRAINING 9999 1 EA 0014 MRIDIUM PREMIUM MAINTENANCE 1 YR 9591P MRIDIUM PREMIUM MAINTENANCE 1 YR 9591P 2 EA 0015 SIDECAR PREMIUM MAINTENANCE 1 YR 9691P SIDECAR PREMIUM MAINTENANCE 1 YR 9691P 2 EA 0016 REMOTE PREMIUM MAINTENANCE 1 YR 9791P REMOTE PREMIUM MAINTENANCE 1 YR 9791P 2 EA 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 1000 employees). Please answer 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 under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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). (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 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. (7) 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. (8) 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? (9) 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. (10) 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? (11) 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. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. 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 ronald.kline@va.gov no later than, 3:00 PM Eastern Standard Time (EST) on April 30, 2020. 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 Officer, Ronald Kline. 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 FedBizOpps (FBO) 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 Officer at ronald.kline@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. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf6ef1a9ae4b44cc95e9e95cc148bd5d/view)
- Place of Performance
- Address: VAMC Lebanon;1700 South Lincoln Ave.;Lebanon, PA 17042, USA
- Zip Code: 17042
- Country: USA
- Zip Code: 17042
- Record
- SN05616993-F 20200411/200409230154 (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 |