Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2022 SAM #7603
SOURCES SOUGHT

65 -- IV Infusion Pump set

Notice Date
9/22/2022 10:15:34 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1744
 
Response Due
9/26/2022 4:00:00 PM
 
Archive Date
10/26/2022
 
Point of Contact
DEBBY ABRAHAM, CONTRACT SPECIALIST, Phone: (562)766-2225
 
E-Mail Address
DEBBY.ABRAHAM@VA.GOV
(DEBBY.ABRAHAM@VA.GOV)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 3 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 SUBJECT* IV Infusion Pump Set GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 90815 SOLICITATION NUMBER* 36C26222Q1744 RESPONSE DATE/TIME/ZONE 09-26-2022 4PM PACIFIC TIME, LOS ANGELES, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 6515 NAICS CODE* 339112 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 POINT OF CONTACT* CONTRACT SPECIALIST DEBBY ABRAHAM DEBBY.ABRAHAM@VA.GOV (562)766-2225 PLACE OF PERFORMANCE ADDRESS VA SAN DIEGO HEALTHCARE SYSTEM 3350 La Jolla Village Drive San Diego CA POSTAL CODE 92161 COUNTRY ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION RFI 36C26222Q1744 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 only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 employees). Responses to this Sources Sought/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 IV Infusion Pump sets 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: ALARIS Pump module, Part # 8100 ALARIS PC unit, Part #8015 Guardrails Point of care software for Alaris PC units Guardrails Point of care software for Alaris Pump modules IV Infusion Pump salient characteristics Must provide Large Volume continuously or intermittently deliver fluids:  0.1 mL/h. to 999mL/h. Must include Guardrails software support Must provide EtCO2 (end-tidal CO2) Module support Must provide PCA (patient controlled analgesia) module support Each unit must permit up to 4 primary and secondary infusion sets that can run independent rates simultaneously. It must be capable of delivering 4 modalities of IV medications on a single platform. Must be compatible with the Guardrails Suite MX Software. One IV pump system must permit the simultaneous delivery of fluids, medications, blood or blood products for up to four continuous or intermittent infusions. The IV pump system must allow up to four IV infusion modules for multiple independent infusions controlled by one central infusion brain.  The infusion pump must be a modular pump system that has the capability of being a single, double, triple or quad pump powered by one power cord. It must be capable of delivering 4 modalities simultaneously i.e Large Volume fluid infusion, PCA infusion, End Tidal C02 monitoring, or a syringe infusion. 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: 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 in this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 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 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. Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, or a NASA SEWP contract? If so, please provide the contract number. If you are an FSS GSA/NAC or NASA SEWP 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. (10)Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; (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 SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Debby.Abraham@va.gov. Telephone responses will not be accepted. Responses must be received no later than September 26, 2022 at 4:00 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://sam.gov/opp/8aca1519dddb457cbb78d1da7dc7233e/view)
 
Place of Performance
Address: VA SAN DIEGO HEALTHCARE SYSTEM 3350 La Jolla Village Drive, San Diego 92161
Zip Code: 92161
 
Record
SN06476088-F 20220924/220922230124 (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.