Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2022 SAM #7667
SOURCES SOUGHT

65 -- HemoSphere Advanced Monitoring System (Delivery for VA Pittsburgh) This is Brand Name Only. This is not a request for quotes.

Notice Date
11/25/2022 4:12:22 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0177
 
Response Due
12/2/2022 1:30:00 PM
 
Archive Date
03/02/2023
 
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 9. HemoSphere Advanced Monitoring System (Brand Name Only) INTRODUCTION/BACKGROUND: The HemoSphere advanced monitoring platform provides a comprehensive view of haemodynamics and tissue oximetry, giving you data to inform your clinical decisions. From one monitor, you can continuously monitor your patient using both oxygen saturation and haemodynamic parameters to ensure they remain adequately perfused. The only modular hemodynamic monitoring platform to offer full-range cuff, sensor, and catheter compatibility and first-of-its-kind hypotension predictive decision support software, HemoSphere advanced monitor enables proactive, individualized patient management. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center hereby referred to as the Pittsburgh VAMC, is requesting the Brand Name only acquisition of the following: One (1), P/N HEMCARDIAQ HemoSphere Advanced Monitoring System Cardiac WIN10 With Swan-Ganz Module, Oximetry Cable, Pressure Cable for Acumen IQ / FloTrac, ForeSight, HPI, and Acumen Analytics Kit Contains: HEM1, HEMSGM10, HEMBAT10, HEMOXSC100, HEMPSC100, HEMTOM10, HEMFSM10, HEMDPT1000, HEMQG1000, 70CC2, 10038207001, 194371001, Acumen Analytics MAJOR REQUIREMENTS: Salient Characteristics for Brand Name Edwards Lifesciences HemoSphere Advanced Monitoring Platform Individualized patient care Full-range compatibility with noninvasive, minimally invasive and comprehensive catheter solutions allow you to pair a single monitor with the right device for your patient across different clinical settings and diverse patient profiles. Comprehensive view of your patient With a sleek and compact design, HemoSphere advanced monitoring platform offers a unique visual monitoring experience with enhanced screen clarity, intuitive navigation, and responsive touch for intelligent decision support during rapidly changing situations. Acumen IQ cuff Acumen IQ cuff unlocks Acumen Hypotension Prediction Index (HPI) software and provides continuous blood pressure and advanced haemodynamic parameters from a noninvasive finger cuff. Acumen IQ cuff gives you noninvasive access to calculated beat-to-beat haemodynamic information for a broad patient population, including patients in whom an arterial line would not typically be placed. Parameters-HPI I Eadyn I dP/dt I CO/CI I SV/SVI I SVV I SVR/SVRI I MAP ClearSight cuff ClearSight cuff provides continuous blood pressure and advanced haemodynamic parameters from a noninvasive finger cuff. Continuous data enables you to proactively optimise perfusion through haemodynamic management. Parameters-CO/CI | SV/SVI | SVV | SVR/SVRI | MAP ForeSight tissue oximetry sensor ForeSight system is a highly accurate, precise, and tailorable tissue oximetry system for continuous monitoring. Reliable, real-time monitoring of surgical patients provides decision support for detecting and managing hypoxic events as soon as they occur. Parameters-StO2 Acumen IQ sensor Acumen IQ sensor unlocks the Acumen Hypotension Prediction Index (HPI) software. This first-of-its-kind predictive decision support software detects the likelihood of a patient trending towards a hypotensive event*. It also attaches to any existing radial arterial line and automatically calculates key parameters every 20 seconds, reflecting rapid physiologic changes in surgical and nonsurgical patients. Parameters-HPI | Eadyn | dP/dt | CO/CI | SV/SVI | SVV/PPV | SVR/SVRI | MAP FloTrac sensor Delivers advanced pressure and flow parameters for managing perfusion. Offers continuous insight to determine a patient s haemodynamic status. Seamlessly connects to any existing arterial catheter. Parameters-CO/CI | SV/SVI | SVR/SVRI | SVV/PPV | MAP The Swan-Ganz catheter, with the FastCCO algorithm, enables CO and SV parameters every 20 seconds Swan-Ganz pulmonary artery catheters provide flow, pressure, and oxygen delivery and consumption parameters. With the FastCCO algorithm, CO and SV update every 20 seconds, giving you a faster, continuous view of cardiac function for more proactive decision support in your most complex patients. Parameters-CO20s | SV20s | CO/CI | SV/SVI | SVR/SVRI | PVR/PVRI | RVEF/EDV | SvO2 | CVP | PAP | PAOP Scalable expansion modules and interchangeable cable ports Wired and wireless communication Multiple visual clinical support screens Seamless and encrypted integration with hospital information systems Hot-swappable battery Technical Specifications Weight 10 lb (4.5kg) Height 11.7 in (297 mm) Width 12.4 in (315 mm) Depth 5.56 in (141 mm) Footprint Width 10.6 in (269 mm) Depth 4.8 in (122 mm) Display Active area 12.1 in (307 mm) Resolution 1024 x 768 LCD Electrical Rated supply voltage 100-240 VAC, 50/60 Hz Rated input 1.5 to 2.0 amps HEMSGM10- HemoSphere Swan-Ganz module Weight - approx. 1.0 lb (0.45 kg) Width - 3.53 in (8.96 cm) Height - 1.36 in (3.45 cm) Depth - 5.36 in (13.6 cm) HEMTOM10- HemoSphere module Weight - 1.0 lb (0.45 kg) Width - 3.5 in (9.0 cm) Height - 1.4 in (3.5 cm) Depth - 5.4 in (13.6 cm) HEMBAT10-HemoSphere battery pack Weight - 1.1 lbs (0.5 kg) Width - 3.15 in (80 mm) Cells - 4 x LiFePO4 (lithium iron phosphate) Height - 1.38 in (35 mm) Depth - 5.0 in (126 mm) HEMOXSC100- HemoSphere oximetry cable Weight - approx. 0.54 lbs (0.24 kg) Length - 9.6 ft (2.9 m) HEMPSC100-HemoSphere pressure cable Weight - approx. 0.64 lbs (0.29 kg) Length - 120 in (3048 mm) Monitor (HEM1) Specifications Weight 10 ±0.2 lbs (4.5 ±0.1 kg) Width - 12.4 in (315 mm) Height - 11.7 in (297 mm) Depth - 5.56 in (141 mm) Display Active area - 12.1 in (307 mm) Resolution - 1024 x 768 LCD Operating system Windows 10 IoT Rated supply voltage 100-240 Vac, 50/60 Hz Rated input 1.5 to 2.0 Amps Input/output Touch screen-Projective capacitive touch RS-232 serial port (1)- Edwards proprietary protocol: maximum data rate = 57.6 kilo baud USB ports (2)- 1 USB 2.0, 1 USB 3.0 Ports- 1 RJ-45 Ethernet, 1 HDMI Hospital information system connectivity-Health Level 7 (HL7); integration services are subject to local availability DPT pressure-DPT pressure out ECG monitor Sync line conversion: 1V/mV; Input voltage range +/- 10V full scale; Resolution = ± 1 BPM; Range = 30 to 200 BPM; ¼ in. stereo jack; analog cable Accuracy = ±10% or 5 BPM of the input Table 1 Line No. Part No. Description QTY 0001 HEMCARDIAQ HEMOSPHERE ADVANCED MONITORING SYSTEM CARDIAC WIN10 WITH SWAN-GANZ MODULE, OXIMETRY CABLE, PRESSURE CABLE FOR ACUMEN IQ / FLOTRAC, FORESIGHT, HPI, AND ACUMEN ANALYTICS Kit Contains: HEM1, HEMSGM10, HEMBAT10, HEMOXSC100, HEMPSC100, HEMTOM10, HEMFSM10, HEMDPT1000, HEMQG1000, 70CC2, 10038207001, 194371001, Acumen Analytics 2 0002 HEMCSMUPG HEMOSPHERE CLEARSIGHT UPGRADE Kit Contains: HEMCSM10, PC2K, EVHRS, and Windows 10 2 0003 PCCVR PRESSURE CONTROLLER COVER - PCCVR Included with HEMAQSR2, HEMCSMUPG, EV1000CS, and EVNIUPG-US kits 2 0004 HEMRLSTD1000 HEMOSPHERE ROLL STAND Accessory 2 0005 HEM360Y2 HEMOSPHERE 360 PROGRAM 24MO PLAN Covers Model(s) listed under ""Total Protection Program Highlights"" 2 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) 334510 (size standard of 1250 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 December 2, 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/ab4feda583b9404084d13740b66b66bf/view)
 
Place of Performance
Address: Department of Veterans Affairs Pittsburgh VAMC-University Drive University Dr. C, Pittsburgh 15240-1003, USA
Zip Code: 15240-1003
Country: USA
 
Record
SN06527823-F 20221127/221125230108 (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.