Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2022 SAM #7385
SOURCES SOUGHT

65 -- Vyntus One PFT System

Notice Date
2/16/2022 8:12:03 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q0503
 
Response Due
2/21/2022 5:00:00 AM
 
Archive Date
03/03/2022
 
Point of Contact
William Shaver, Contract Specialist, Phone: 601-206-6953
 
E-Mail Address
William.Shaver@va.gov
(William.Shaver@va.gov)
 
Awardee
null
 
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS INTEGRATED SERVICE NETWORK (VISN) 16 REQUEST FOR INFORMATION 36C25622Q0503 REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the brand name products listed in the Performance Work Statement and Schedule found in the background section below. In the response, please cite business size status. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing these brand name supplies. Please include the following: (a) Proof of OEM distributor of brand name supplies. (b) examples of prior completed Government contracts, references, and other related information. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to William.Shaver@va.gov. Please respond to this RFI no later than 07:00 Central Standard Time on Monday, February 21, 2022. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. BACKGROUND: Performance Work Statement 1. Background: 1.1. The Cardiopulmonary Department at the Veterans Healthcare System of the Ozarks (VHSO) requires a Vyntus One Pulmonary Function Testing (PFT) Mobile System with a one-year warranty, software, software licenses, software services, implementation services, and training. The requested PFT System will be used to implement a new PFT lab and expand services at the Springfield CBOC. As per COVID-19 safety standards, PFT procedures are Aerosol generating procedures. PFT procedures must be performed in Negative pressure rooms and the requested equipment will make this possible. 2. Scope: 2.1. The Contractor will furnish all labor, transportation, parts, test equipment, tools, and expertise necessary to provide and implement the Vyntus One PFT Mobile System with a one-year warranty, software, software licenses, software services, implementation services, and training for the VHSO. 3. Salient Characteristics: 3.1. The PFT system must enable the ability to perform Pulmonary Function Testing at the Springfield CBOC location. 3.2. The PFT system must be mobile in that the all-inclusive system is attached to a cart with wheels. 3.3. The PFT system must utilize SentrySuite software to ensure the user interface is standardized with the PFT systems currently in use. 3.4. The PFT system must possess USS exhalation accuracy of plus to minus 1.5 percent or .05L/s (whichever is greater). The PFT system must enable USS inhalation accuracy of plus to minus 2 percent or .05L/s (whichever is greater). 3.5. The PFT system must possess a multi-gas analyzer response of less than or equal to 145 ms. 3.6. The PFT system must possess ATS/ERS 2017 DLCO implemented grading. 3.7. The PFT system must possess equipment dead space of less than 200ml. 3.8. The PFT system must possess the ability to perform a QA check. 3.9. The PFT system must possess the ability to measure the Lung Clearance Index (LCI). 3.10. The PFT system must possess automatic leak detection. 3.11. The PFT system must meet the following electrical requirements: 115 VAC/230VAC, 50/60 Hz. 3.12. The PFT system must not be larger than 60 inches width x 50 inches depth x 70 inches height nor should it weigh more than 200 pounds. 3.13. The PFT system must not require the use of rebreathing bags or balloons. 4. Delivery Schedule: 4.1. The requested equipment is required by 03/01/2022 and will be delivered to the VHSO. 4.2. The Contractor will ensure all deliverables are delivered to the following address and reference the VA s purchase order number as an Attn: line in the shipping address: Veterans Healthcare System of the Ozarks, Attn: Purchase Order #, Warehouse Building 8, 1100 N. College Avenue, Fayetteville, AR 72703. 5. Contractor Requirements: 5.1. Upon arrival at VHSO, the Contractor shall be required to log in with VA Police Dispatch to obtain a contractor badge. The contractor will always visibly wear the badge while on VHSO premises and will be required to turn in the badge before leaving VHSO premises. 5.2. The Contractor shall not perform any service or provide any item that is outside the scope of work without the written approval of the Contracting Officer. 5.3 The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Item number Description Quantity 1 PFT SYSTEM, VYNTUS ONE 1 EA 2 SENTRYCONNECT SEAT LICENSE FOR SES 1 EA 3 SES CLIENT DEVICE TO BE CONFIGURED AS A NETWORK CLIENT 1 EA 4 VYNTUS ONE PFT FUNDAMENTALS TRAINING,3 DAY COURSE, HELD AT CUSTOMER LOCATION FOR UP TO 4 PARTICIPANTS 1 EA 5 CUSTOM REPORTS SERVICE, PACK OF 5 1 EA 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://sam.gov/opp/85ecd3fe3e864993ad8a5bf5f9f25aef/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Healthcare System of the Ozarks 1100 N. College Avenue, Fayetteville 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN06245137-F 20220218/220216230117 (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.