SOURCES SOUGHT
66 -- Department of Veterans Affairs VA San Diego Healthcare System Dental Clinic Differential Pressure Monitor
- Notice Date
- 5/25/2021 12:46:02 PM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0806
- Response Due
- 5/28/2021 4:00:00 PM
- Archive Date
- 06/27/2021
- Point of Contact
- Shavon Bogan, Contracting Officer, Phone: 951-601-4537
- E-Mail Address
-
shavon.bogan@va.gov
(shavon.bogan@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334513 (size standard of 750 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide continuous negative pressure monitoring systems for two weeks that at a minimum meets the following salient characteristics with a brand name or equal product for the VA San Diego Healthcare System: Brand Name: Omniguard 5 Differential Pressure Monitor Manufacturer Part Number: IOG4 Quantity: 10 Operating Pressure Range +/- 0.250 inches Water Column (+/- 6.35 mm WC, +/- 62.5 Pascals) Accuracy +/- 0.003 inches Water Column or +/- 1% of reading whichever is greater Resolution 0.001 inches Water Column (+/- 0.05 mm WC, +/- 0.5 Pascals) Burst Pressure 3 psi (20 kPa) on either inlet nozzle Pressure Units ""WC (inches Water Column), mmWC (millimeters Water Column) or Pa (Pascals) Data (Log) Storage 4 MB non-volatile memory Display 4.3"" Color Touchscreen LCD (480 x 272 pixels) Internal Clock The internal clock is powered by a self-charging lithium-ion battery that provides clock operation when AC power is not present Printer 20-character wide thermal printer (uses 2.2"" wide thermal printer paper) Pressure Reading Log Rates (Log Rate) Normal Operation -- Highest and lowest pressure readings are logged & printed at intervals of 5, 15, 30 minutes or OFF Alarm Condition -- Highest and lowest pressure readings are logged & printed at intervals of 15, 30, 60 or 120 seconds for first 10 minutes of alarm condition, increasing to 15 minute intervals thereafter Alarms Two programmable alarm settings, 95db audible alarm and red bordered on-screen warning indicate alarm condition Cellular Service Cellular modem can email status changes up to four times per hour and the jog log of the last 24 hours once a day. First two years are free. Service is provided by Verizon and is only available in areas with Verizon coverage in the USA. Wi-Fi Wi-Fi can email status changes up to four times per hour and the jog log of the last 24 hours once a day. Supports 802.11b/g/n with WEP, WPA or WPA2. Pressure Inlet Nozzles Two 3/16"" OD barbed hose connectors, 10 ft of pressure hose provided USB Port USB V1.1 Type-A USB Port USB V1.1 Type-B AC Power 80-240 VAC 50-60Hz 10W (with 6 ft power cord) Battery Power Internal rechargeable 3.7 Volt Li-ion type battery provides 4-6 hours of portable operation, recharges in 4 hours when AC power is available (printer is disabled when powered by battery) Operating Temperature Range 32°F to 104°F (0°C to 40°C) Case Dimensions 9.25"" x 7.5"" x 4.5"", Shipping Weight 8 lbs., case & handle is copolymer polypropylene with polycarbonate window in the lid, and stainless-steel hanging hook Warranty One Year Limited Warranty 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. If you are interested; and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 in 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 sub contract 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 a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, BPA, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/BPA or NASA SEWP contract holder or other federal contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the 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 statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (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/Cage Code number. Responses to this notice shall be submitted via email to shavon.bogan@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday May 28, 2021 at 4:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/188d4f48a0cc43df8ec5b9cd9decb9c7/view)
- Record
- SN06012877-F 20210527/210525230106 (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 |