Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
SOLICITATION NOTICE

65 -- LIFEPAK Monitor/Defib

Notice Date
4/29/2021 11:16:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0822
 
Response Due
5/3/2021 10:00:00 AM
 
Archive Date
05/08/2021
 
Point of Contact
KEVER L. SWAFFORD, Contracting Officer, Phone: 713-794-7218
 
E-Mail Address
kever.swafford@va.gov
(kever.swafford@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2021-03. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 Employees. The FSC/PSC is 6515. The NETWORK CONTRACTING OFFICE 16 is seeking to purchase a LIFEPAK Monitor/AED for the Southeast Louisiana Veterans Health Care System New Orleans, LA All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 99577- 001368 LIFEPAK BRAND ONLY 15 V4 Monitor/Defib - Manual & AED, Trending, Noninvasive Pacing, 12-Lead ECG, BT. 1 EA Statement of Work Defibrillator Southeast Louisiana Veterans Health Care System New Orleans, LA 12/16/2020 1. OBJECTIVE 1.1 The objective is to purchase (1) new, non-refurbished in original manufacture s containers and or boxes, defibrillator, Lifepack 15. In order to activate surgical procedures for Cardiac. Surgery Service at the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services operating rooms located at 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, install, assemble, transport, in-service and test all listed equipment. All products must meet all salient characteristics and functions defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all, equipment, training and services required for delivery and installation of the equipment. 2.4 The Contractor is responsible for conducting in services and any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Defibrillator/monitor Quantity: 1 each Brand name only Lifepack 15-part no. 99577-001368 Specification/ Salient Characteristics: Dimensions: 31.7 cm H X 40.1 cm W X 23.1 cm in depth Weight: 17.5 lbs. Must be to operational with AC or DC Must have the following capabilities and able to operate in the following modes: § Manual mode: § Energy selection options capabilities: with in the range of 2-360 Joules § Charge time must be within 10 seconds § Must be capable to indicate when the patient s impedance exceeds 300 +/- ohms § AED mode: § Required to detect a shockable or non-shockable ECG rhythm Ability to detect algorithm § Must have the capability to deliver a shock to the heart within 20 minutes § Capable of producing a biphasic out put ranging from 150-360 Joules for each shock § Must be able to maximize the CPR time § Pacing mode: § Must have a pacing range from 40-170 PPM § Rate accuracy must be +/- 1.5% over the complete range § Current output range: 0-200 mA § Function rate: 180-280 msec Monitor must be able to do the following: § Capable of monitoring ECG by several cable arrangements § 3 wire for 3 lead ECG monitoring § 5-wire cable used for 7-lead ECG monitoring § 10-wire cable is used 12-lead ECG § Frequency response must be in the following ranges Monitor: .5-40 HZ or 1-30Hz Paddles 2.5-30 Hz ECG diagnostic: 12-lead .05-150 Hz § Lead selection: 4 wire-10-wire § ECG sizes must be the following: 4-3-2.5-2-1.5-1-0.5-0.25 § Must provide a Heart rate display: Range of 20-300 beats per minute in a digital display With an accuracy of +/-4% or +/-3 beats per minute Detect QRS within the ranges of 40-120 msec Amplitude range 0.5-5.0m § Must have a common mode rejection for ECG leads 90db at 50 or 60 Hz § Must be able to sense the following: SpO2/SpCO/SpMet SpO2 o Display range for saturation rat: <50; 50-100% o Must be selectable with the following seconds:4,8,12 or 16 o Sensitivity: Normal and High o Must be able to store the measurement and display them o Pulse rate range: 25-240 beats per minute o Optional waveform display with an autogain control SpCO o Must be able to display concentration range of 0-40% o +/-3 digits SpMET o Must be able to detect a saturation range of 0-15.0% o Display resolution 0.1% up to 10 % o With an accuracy of +/-1 digit NIBP (blood pressure) o Ability to detect Systolic blood pressure rang within 30- 255 mm Hg o Ability to detect Diastolic pressure range 15-220mmHg o Ability to detect Arterial pressure range 20 235mmHg o Ability to detect pulse rate range 30 240 beats per minute o Ability to detect pulse with an accuracy of +/- pulses per minute CO2 o Ability to detect within the ranges of 0 99 mm Hg o Ability to detect respiration rate with an accuracy of 0 -70 beats per minute / 71- 99 beats per minute Memory capabilities: o 360 minutes continuously and or 400 single waveform events. o Maximum 200 single waveform reports and 90 minutes of continuous ECG Data transfer capabilities: o Must be capable of transferring data records by both wireless and or wired connection Must include printer: o Paper size: 100mm o Print speed: 25mm/sec, 12.5mm / sec and 50mm / sec for 12 lead ECG reports o Auto print o Frequency: Diagnostic: .05-150Hz/ .05 Hz to 40 Hz o Monitor: .67 40 Hz or 1-30 Hz Must contain the following Warranties § 1-year parts and labor 2.5.2 ECG Lead Quantity: 1 each Brand name only Lifepack 15-part no. 11996-000091 Specification/ Salient Characteristics: § Must include 12-lead ECG BT 2.5.3 Electrodes Quantity: 1 each Brand name only Lifepack 15-part no. 21330-001365 Specification/ Salient Characteristics: § Must include 2 pr QC electrodes and one test electrode 2.5.4 Manual Quantity: 1 each Brand name only Lifepack 15-part no. 26500-003612 Specification/ Salient Characteristics: § CD manual 3. DELIVERY 3.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services located at: 2400 Canal St, New Orleans, LA 70119 on 05/10/2021 3.2 Deliver materials to the facility in manufacturer's original sealed containers with brand name marked thereon. Refurbished products will not be accepted. 3.3 Package to prevent damage or deterioration during shipment, handling, and storage. 3.4 Maintain protective covering in place and in good repair until delivery is necessary. 3.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 3.6 A pre-delivery meeting will be conducted 3 days prior to initial award delivery date for verification of delivery and installation dates. 3.7 INSTALLATION 3.8 Contractor shall install all newly purchased equipment stated on this statement of work. 3.9 Contractor must verify that all equipment which includes: (1) Defibrillator/ monitor that includes a manual, CD manual, 12 Lead ECG BT, 2 pr qc electrodes and 1 test load . Contractor must test all equipment stated in 3.8 and 3.9 and verify that all components are fully operational and are ready for use. 4. SITE CONDITIONS 4.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 4.2 INSPECTION AND ACCEPTANCE: 4.3 The Contractor shall conduct a joint inspection with the COR upon delivery of tools. 4.4 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 Manuals - Quantity (2) each for items 2.5.1 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials to COR upon completion of installation. 6. TRAINING: 6.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6.2 The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure, that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8. SECURITY REQUIREMENTS: n/a 9. WARRANTY: 9.1 The contractor shall provide all manufacturers warranty with products upon delivery. Or Delivery shall be provided [""no later than 30 days after receipt of order (ARO). FBO DESTINATION Place of Performance/Place of Delivery 2400 Canal Street, New Orleans, LA 70119 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Attention www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: [describe information to be submitted in the response.]. All quotes shall be sent to the KEVER L. SWAFFORD, Contracting Officer, NCO 16. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: LPTA offer of the BRAND NAME SPECIFIC ITEMS. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than MAY 3, 2021 at 2:30 pm CST, to kever.swafford@va.gov for submission of quotes, offers, or bids Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Kever L. Swafford, kever.swafford@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd2cf40195e44c5d8de04c8f2e5e63e3/view)
 
Place of Performance
Address: 2400 Canal Street, New Orleans, LA, USA
Country: USA
 
Record
SN05987623-F 20210501/210429230127 (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.