SOURCES SOUGHT
65 -- Electromyography Machine System (Cadwell Sierra Summit Brand Name or Equal)
- Notice Date
- 8/8/2022 12:56:58 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0892
- Response Due
- 8/12/2022 7:00:00 AM
- Archive Date
- 10/11/2022
- Point of Contact
- Rachael Hallock, Contract Specialist, Phone: (304) 263-0811 ext.2033
- E-Mail Address
-
Rachael.Hallock@va.gov
(Rachael.Hallock@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 Responses must be received no later than Friday, August 12, 2022, at 10:00 AM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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 DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a Electromyography Machine System (Cadwell Sierra Summit Brand Name or Equal) for the Baltimore VAMC in Baltimore, MD. Needed Items: Item Number Description of Supplies/Services Quantity Unit Unit Price Amount 0001 Sierra Summit Base with 1-2 Channel Amplifier 2 EA 0002 Sierra Summit Base with 3-12 Channel Amplifier 1 EA 0003 Sierra Summit 2 Channel License 2 EA 0004 Sierra Summit 4 Channel License 1 EA 0005 StimTroller Plus Stimulator 2 EA 0006 StimTroller Plus Stimulator #2 1 EA 0007 Stimulator Probe, straight w/touchproof connectors & round head, large diameter 4 EA 0008 Stimulator Probe, straight w/touchproof connectors & round head, large diameter #2 1 EA 0009 EMG, NCS, RR Interval, SEP 2 EA 0010 EMG, NCS, RR Interval, SEP 1 EA 0011 Single Fiber EMG & Macro EMG 1 EA 0012 Mini PC #1 2 EA 0013 Mini PC #2 1 EA 0014 Mini PC mounting bracket #1 2 EA 0015 Mini PC mounting bracket #2 1 EA 0016 Flat Panel Wide Screen Monitor 24"" 2 EA 0017 24"" monitor mount bracket 4 EA 0018 EMG Cart for Mini PC/Monitor 2 EA 0019 EMG Cart for Mini PC/Monitor #2 1 EA 0020 Summit 1-2 Ch Amp Arm w/Stim, Amp & Needle holder 2 EA 0021 Summit 3-12 Ch Amp Arm w/Stim, Amp & Needle holder 1 EA 0022 Footswitch Holder 2 EA 0023 Footswitch Holder #2 1 EA 0024 LaserJet Printer 2 EA 0025 LaserJet Printer 1 EA 0026 MDM Electrode Kit 2 EA 0027 MDM Electrode Kit #2 1 EA 0028 USB Footswitch #1 2 EA 0029 USB Footswitch #2 1 EA 0030 Temperature Probe, 2m 2 EA 0031 Temperature Probe, 2m #2 1 EA 0032 Summit 2 Ch Service Contract - Level 3 8 EA 0033 Summit 3-12 Ch Service Contract - Level 3 4 EA 0034 Summit Technical Manual, CD 3 EA 0035 On Site Installation with Training, 1 day 2 EA See Statement of Need below. 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. 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 under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Rachael.Hallock@va.gov.. Telephone responses shall not be accepted. Responses must be received no later than Friday, August 12, 2022, at 10:00 AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK AND GENERAL SPECIFICATIONS FOR Electromyography Machine (Cadwell Sierra Summit System Brand Name or Equal) Background The Baltimore VA Medical Center Neurology Service is seeking to procure (3) electromyography (EMG) machines to be utilized in the sleep lab. Salient Characteristics: The Baltimore VA Medical Center intends for this procurement to be brand name or equal to the Cadwell Sierra Summit system: Hardware & Software Base Unit with dedicated keypad and knob controls (requires a computer) Dual high-power speakers with software-controlled equalizer Handheld StimTroller Plus (3 programmable buttons, remote stim and control) 2 or 12 Channel Amplifier USB Footswitch EMG protocols (free run and capture mode) - Buffer Playback with audio (up to 10 minutes) - Unlimited Buffer Storage -Programmable Muscle Scoring - EMG snapshots within the published reports QEMG MUP Tool Single Motor Unit Analysis Multi-Motor Unit Analysis Interference Pattern Analysis EMG Guided Injection Protocol NCV (motor, sensory, mixed, inching) F Wave / H Reflex AnatomyVIEW Side-to-Side Comparisons (NCV, F, H, EP) Blink Reflex RNS (1 or 2 channel acquisition) SEP (upper, lower, dermatomes) Autonomic Studies Heart Rate Variability (RR Interval) Sympathetic Skin Response (SSR) Programmable Study Lists Tabular Data Summary View QuickReport MS Word® based report generator Auto Findings Composer (automatic comparison to norms and creation of sentences for NCV, F, H, EMG and EP findings) EP Analysis (add, subtract, average, grand average, invert) EMG to AVI Converter (convert EMG to video/audio files) DataLAB (calculate user-defined relationships) ASCII Output Utility (all test protocols) CadLink Database (management of patient files and user settings) Compatible with Sierra Wave data files and user settings Internal Calibration Signals Hardware Diagnostics Suite (diagnostic routines for the amplifier, electrical stimulator and keypad) Electrode Continuity Check (built into amplifier) Comprehensive Application Help Topics Free Technical Phone Support Lifetime Software Upgrades Soft-sided Carrying Case Starter Electrode Kit Reader Software Amplifiers 2 Channel A/D Conversion: 16 bit, 100 kHz per channel. Connection types: 1.5-mm, touchproof connector or 5-pin DIN connector. Common Mode impedance: > 1000 Mohm. Noise: 115 dB at 50 to 60 Hz. 12 Channel A/D Conversion: 16 bit, 100 kHz per channel (4 non-switched EMG channels). 25 kHz per channel (8 switched EP channels). Connection types Non-Switched Channels: 1.5 mm, touchproof or 5-pin DIN. Switched Channels: 1.5 mm, touchproof. 4 non-switched and 8 switched channels can be utilized in any combination. The 8 switched channels can use any of the 20 inputs available on the amplifier front panel or remote input box. Sensitivity: 2, 5, 10, 20, 50, 100, 200, 500 µV/div; 1, 2, 5, 10 mV/Div. (Additional sensitivity values of 0.05, 0.1, 0.2, 0.5, 1.0 µV/Div in NCV protocol). Sweep speeds: 0.1 to 1000 ms/Div in 23 steps. Highcut filters: 2-pole (12 dB/octave). Selectable at 30, 50, 100, 200, 300, 500 Hz; 1, 1.5, 2, 3, 5, 10, 15 kHz. Lowcut filters: 1-pole (6 dB/octave). Selectable at 0.3, 1, 2, 5, 10, 20, 30, 100, 150, 500 Hz. (Additional 1 and 2 kHz filter values in EMG and SFEMG protocols). Notch filter: 50 or 60 Hz. Temperature probe input: 21° to 40°C ± 0.5°C. Impedance Measurement: Active, Reference, and Ground inputs. 20 Hz signal, 100 to 100k Ohm. Electrode Check Circuit: Built-in. On/Off Button: Front panel. Calibration Signals: 50, 100, 1000, and 10,000 µV square wave at 100 or 1000 Hz. Safety Isolation: Type BF. Averager Number of averages per channel: 1 to 10,000. Modes: Normal or Odd/Even. Artifact reject: Rejects signals from 30 - 95% of full scale. On or off for all channels. Averager Sensitivity: 0.01 µV/Div to 10 mV/Div in 42 steps. Base Unit Field Upgradeable Firmware: Yes. Trigger Input: 4 TTL compatible. Rising or falling edge. Trigger Output: 4 TTL compatible, multiple pulse durations, positive or negative polarity. Speakers: Built-in, dual 2 high power, front-facing, 4 ohm, 7 watt, with software equalizer. Footswitch: USB, Single pedal. USB to PC: Dedicated high-speed connection to PC (480 Mb/sec). Footswitch: USB, Single pedal. USB to PC: Dedicated high-speed connection to PC (480 Mb/sec). USB Hub: 4-port hub for peripheral devices. Electrical Stimulator: 1 standard, 2nd optional. Auditory Stimulator: Optional. CPIN (Cadwell Peripheral Isochronous Network): Optional, 1 or 2 for future expansion. Equipotential Ground: Connector on back panel. Disconnect/Reconnect: Automatic recovery after connection is lost or power is restored. Connections: Durable, color-coded connectors with protected pins. Electrical Stimulator Number: 1 or 2. Type: Hand-held, constant-current electrical stimulator with stimulus intensity dial, single, repetitive, store, polarity, and three user programmable buttons on handle. Includes high flex-life cable. Pulse duration: 50 to 1000 µs width, adjustable in 50-µs increments. Pulse shape: Monophasic or Biphasic. Pulse types: Single, Pair, Train, Dual, Dual Train, Triple. Repetition rates: 0.1 to 200 pps depending on stimulus type and sweep speed. Probes: 2 removable stainless steel, 2.5 or 1.5 cm center-to-center spacing. Probe positions: Adjustable +45 to -90 degrees without removing probe tips. Electrical range: 0 to 100 mA, 400 V maximum voltage. Resolution: 0.03 mA. Safety features: Over current fault detection, High impedance detection. Isolation: Type BF. Mechanical 2 Channel Amplifier: Dimensions: 1.2 H x 4.0 W x 5.2 L (3.0 x 10.1 x 13.2 cm). Weight: 0.6 lbs. (0.3 kg). 12 Channel Amplifier: Dimensions: 2.0 H x 6.3 W x 9.0 L (5.1 x 15.9 x 22.9 cm). Weight: 2.1 lbs. (0.95 kg). Base Unit (including keypad): Dimensions: 2.5 H x 15.0 W x 14.8 L (6.4 x 38.1 x 37.6 cm). Weight: 7.4 lbs. (3.4 kg), 14.5 lbs. (6.6 kg) with Laptop. Electrical 100-240 Vac, 50-60 Hz, 180 VA Operating Limits Temperature: +10° C (+50° F) to +40° C (+104° F). Relative Humidity: 30% to 95%. Atmospheric Pressure: 700 hPa to 1060 hPa. Environmental Temperature: -20° C (-4° F) to +65° C (+149° F). Relative Humidity: 10% to 95% non-condensing. Atmospheric Pressure: 500 hPa to 1060 hPa. Point of Care Cart The Point of Care cart is ideally suited for laptop computer based diagnostic systems. The top shelf is adjustable via hydraulic lever for use while sitting or standing. A mounting bracket for an amplifier arm is provided on both sides of the top shelf. Also included are an adjustable storage bin and printer shelf. Star shaped base and large casters provide stability. Dimensions: 30.5 to 40.5 H x 25 W. Top shelf is 24 W x 20 D. Regulatory Information Must meet the following internationally recognized safety standards for Medical Electrical Equipment: UL 60601-1 : General Requirement for Safety CSA 601-1 : General Requirement for Safety IEC 60601-1 : General Requirement for Safety IEC 60601-1-1 / EN60601-1-1 : Collateral Standard Safety requirements for medical electrical systems IEC 60601-1-2 / EN60601-1-2 : Collateral Standard Electromagnetic compatibility IEC 60601-1-4 : Collateral Standard Programmable electrical medical systems IEC 60601-2-40 : Particular requirements for the safety of electromyographs and evoked response equipment. Regulatory Classification Information United States: Class II Canada: Class II Type of Protection Against Electric Shock Class I Equipment (with Safety Ground) Degree of Protection Against Electric Shock Type BF Equipment (Floating Inputs) Mode of Operation Continuous Additional Requirements Equipment to be delivered/assembled upon receipt to medical center Training of staff to be performed on site at the Baltimore VA Medical Center Statement of warranty of equipment, minimum one year Place of Performance Baltimore VA Medical Center 10 North Greene Street Baltimore, MD 21201-1524
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50e86e7212c044fca7d83001daca4977/view)
- Place of Performance
- Address: Baltimore VA Medical Center 10 North Green Street, Baltimore, MD 21201, USA
- Zip Code: 21201
- Country: USA
- Zip Code: 21201
- Record
- SN06418568-F 20220810/220808230119 (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 |