Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2022 SAM #7469
SOURCES SOUGHT

65 -- Abiomed Impella 5.5 with Smart Assist Set (Delivery for VA Philadelphia) Brand Name Only. This is not a request for quote.

Notice Date
5/11/2022 1:58:13 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0718
 
Response Due
5/18/2022 1:30:00 PM
 
Archive Date
08/16/2022
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 6. Abiomed Impella 5.5 with Smart Assist Set, US (Brand Name Only) INTRODUCTION/BACKGROUND: The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center Pittsburgh, PA hereby referred to as the VAMC Pittsburgh (646), is seeking the Brand Name only acquisition of the following: One (1), Part No. 0042-0040-US, Automated Impella Controller One (1), Part No. 0042-0020, Assembly, Cart, Impella Controller Two (2), Part No. 0550-0008, Impella 5.5 with SmartAssist Set, US MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: The VA Pittsburgh Healthcare System (VAPHS) Surgical Services, Cardiology Department has a new Brand Name Only requirement for the following: One (1), 0042-0040-US, Automated Impella Controller One (1), 0042-0020-US, Assembly, Cart Impella Controller Two (2), 0550-0008, Impella 5.5 US Salient Characteristics for the brand name specific Abiomed Automated Impella Controller The controller provides an interface for monitoring and controlling the function of all Impella catheters 10.4 color display for easy viewing Mounts to controller cart for transport within hospital 60 minutes of battery backup power for mobile transport Mute Alarm Function Mute all alarms that the controller gives from indicating a potential problem to the pump is functioning but not adequately Flow Control Able to adjust the flow (P-Level) for the patient. Impella Flow displays the additional amount of flow the patient is receiving The large number displays the average amount of flow at the current P-level. Because the native heart is also providing flow, the fraction to the left of this number displays the max flow over the min flow during the cardiac cycle. Display Button Change the viewing screen to information such as the infusion history screen or a screen that can show the patients family where the Impella is in the heart. Purge System Utilized when the purge cassette or the purge solution needs to be changed out; Purge System displays the rate that the purge solution is flowing (Purge Flow) and the amount of pressure behind the purge flow (Purge Pressure). Menu Look at the types of information such as the alarm history Cardiac Output This displays the patient s cardiac output (CO) Cardiac Power Output is automatically calculated by the AIC to allow for trending of CPO Impella 5.5 with SmartAssist Full Support with Maximum Unloading Forward flow provides coronary and end organ perfusion Peak flows up to 6 L/min Confident Positioning New hemodynamic sensors to intelligently position, manage, and wean Replacement of differential sensor with aortic placement signal for improved position detection Enables repositioning without imaging in the ICU The Surgeon s Heart Pump Insert via axillary artery or anterior aorta using familiar surgical skills Directly unloads the left ventricle reducing ventricular work for up to 14 days for indications including support during cardiogenic shock Enhanced deliverability and torque response Simplified Set-up Reduction in set-up steps with fewer connections Single fluid line management in ICU Advanced Pump Metrics Designed to optimize pump management and assist in weaning Left ventricular placement signal Less invasive heart pump with the ability to display Cardiac Power Output Designed to optimize survival and native heart recovery Clear, concise alarms for improved troubleshooting CPO (in watts) = (MAP x Cardiac Output) / 451 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Scott Deluisio Phone Number: 412-360-3508 Email: scott.deluisio@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? If you intend to subcontract 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 subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on May 18, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. 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. 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/00a0fade40d54cf784f82077461d6952/view)
 
Place of Performance
Address: Department of Veterans Affairs Pittsburgh VAMC-University Drive University Drive C, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06324730-F 20220513/220511230106 (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.