Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOURCES SOUGHT

65 -- Automated Cardiopulmonary Resuscitation (CPR) Device

Notice Date
6/11/2020 7:39:55 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0484
 
Response Due
6/18/2020 1:00:00 PM
 
Archive Date
09/16/2020
 
Point of Contact
Michael Murphy, Contract Specialist, Phone: 913-946-1991
 
E-Mail Address
michael.murphy7@va.gov
(michael.murphy7@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in enough detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide an Automated Cardiopulmonary Resuscitation (CPR) Device for the Harry S. Truman Memorial Veterans Hospital located at 800 Hospital Drive, Columbia, MO 65201 Equipment Description and Requirements: Automated Cardiopulmonary Resuscitation (CPR) Device An automated Cardiopulmonary Resuscitation (CPR) device is used in conjunction with manual CPR on adult patients in case of clinical death as defined by a lack of spontaneous breath and pulse. The intended device needs to be an automated, portable, battery-powered chest compressor, which provides chest compressions as an adjunct to performing manual CPR. Salient Characteristics include: Chest displacement: equal to 20% reduction in anterior-posterior chest depth. Consistent compression rate and depth. Standardized 30:2, or 15:2 compressions (30 or 15 compressions followed by two consecutive 1.5 second ventilation pauses) or continuous compressions as defined by user. Must permit patient chest circumference between 29.9 to 51.2 in. (76 to 130 cm) Must permit patient chest width permitted 9.8 to 15 in. (25 to 38 cm) Maximum patient weight permitted 300 lbs. (136 kg) Must include a latex free disposable load distributing band. Must include rechargeable batteries and associated chargers. Must include a customized roll stand for easy and rapid transport of the automated cardiopulmonary Resuscitation device and associated supplies"" Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and Open Solicitation will be utilized. Attention: Michael Murphy Email: michael.murphy7@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bea2d04063948059120be9009734980/view)
 
Place of Performance
Address: Harry S. truman Memorial Veterans Hospital 800 Hospital Drive, Columbia 65201-5272
Zip Code: 65201-5272
 
Record
SN05688123-F 20200613/200611230203 (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.