SOURCES SOUGHT
65 -- Hemosphere Monitoring Systems
- Notice Date
- 4/27/2020 10:00:46 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0385
- Response Due
- 4/30/2020 12:00:00 AM
- Archive Date
- 05/15/2020
- Point of Contact
- Robert Hamilton
- E-Mail Address
-
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
- Awardee
- null
- Description
- Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. A SBA Non-Manufacturer Rule waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty HEMSGAQCX2 Hemosphere Advanced Monitoring System with Swan-Ganz Module, Oximetry Cable, Pressure Cable Foresight and Acumen Analytics 3 HEMTPS2y 2-Year Total Protection covering all parts and labor 3 Vigilance II Monitor trade-in credit 3 Salient Characteristics: The Hemodynamic Advance Monitoring system is manufactured by Edward Lifesciences and is needed for all post-surgical cardiac procedure patients. This system offers compatibility with a range of sensors and catheters: ForeSight Elite tissue oximetry sensor, Acumen IQ sensor, FloTrac sensor, Swan-Ganz pulmonary artery catheter, Edwards oximetry central venous catheter, and PediaSat oximetry catheter. The equipment must meet the minimum of the following: Must be able to monitor a continuous output Swan Ganz pulmonary artery catheter. Must be able to take readings to include oxygen saturation, continuous cardiac output, right ventricular ejection fractions, diastolic volume, ventricular stroke work index and volumes, and other readings. Must be compatible with the Swan Ganz pulmonary artery catheter and Oximetry catheters. Must collects hemodynamic data, aiding physicians in making timely clinical decisions Must enables simplified visual clinical support, Clinicians can choose the clinical support screens that best suit their needs and monitor the pressures and blood flow of the right heart as conditions change, informing potentially life-saving decisions on behalf of their patients. Must have various display and screen options to include visual clinical support screens and an intuitive touchscreen, the platform can assist clinical teams and adapt the system to meet the needs of their care environment. Must be able to provide a comprehensive view of tissue oximetry and hemodynamics Must be compatible with Acumen Hypotension Prediction Index Software Must have a minimum one-year manufacturer s warranty Provide Trade-in credit for Vigilance II Monitors Potential contractors shall provide, at a minimum, the following information to robert.hamilton8@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must have fewer than 750 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation for this requirement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Responses are due by 04/30/2020 3:00 PM EST, to the Point of Contact. Shipping Address: Seattle VA Medical Center 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880 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. In accordance with 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/90eef1c08fed48a584f5e5dd8455669d/view)
- Place of Performance
- Address: Seattle VAMC;1660 S. Columbian Way;Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN05637456-F 20200429/200427230150 (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 |