SOURCES SOUGHT
65 -- VYNTUS One PFT Mobile Unit Brand Name This is not a request for quotes
- Notice Date
- 4/9/2024 12:05:52 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
- 36C24424Q0582
- Response Due
- 4/12/2024 1:00:00 PM
- Archive Date
- 04/22/2024
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-679-2327
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- HIS IS NOT A SOLICITATION ANNOUNCEMENT THIS IS A REQUEST FOR INFORMATION 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 notice of intent to sole source. 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. Statement of Work Philadelphia VA Medical Center VYNTUS ONE PFT System 1. Background Pulmonary function testing is critical to diagnosing and managing respiratory conditions such as asthma, chronic obstructive pulmonary disease (COPD), and interstitial lung disease (ILD). The VYNTUS One and Body Box PFT system is the current unit utilized in the primary lab and CBOCs of the CMCVAMC pulmonary function clinic. The VYNTUS One PFT system offers advanced capabilities for comprehensive lung function assessment, aiding healthcare providers in making accurate diagnoses and treatment decisions. 2. Project Scope The procurement will provide an additional unit for advanced pulmonary function testing via a mobile unit. This will enhance patient care and ensure compliance with regulatory requirements, such as the Biden PACT Act. a. Compatibility VYNTUS One is fully compatible with the current systems used in the main lab and CBOCs lending to full communication and testing consistency amongst all systems. Its integrated design allows for multiple tests, including spirometry, lung volumes, diffusion capacity, and bronchial challenge testing. This enhances efficiency and accuracy in assessments, benefiting both veterans and healthcare providers. b. Technical Requirements Software must be compatible with existing server. HIS integration via HL7. Infrastructure for data management. Software package for measurement and report generation. Must provide the following: dynamic lung volumes, static lung volumes, and CO-diffusion testing. Spirometer must be capable of accumulating volume for > 15 s. Measuring volumes > 8 L body temperature, pressure, water vapor saturated (BTPS) with an accuracy of at least + 3% or + 0.050 L. Flow measurements between 0 and 14 L/s. Total resistance to airflow at 14 L/s must be 10 mm/L hardcopy, and 5 mm/L for screen display. o Time scale should be > 20 mm/s for hardcopy, and 10 mm/s screen display. Calibration: o 3 L syringe must be provided (accuracy + 15 mL or + 0.5% of full scale). o Recommendation must be provided for syringe calibration intervals. Physical requirements o Mobile cart must be supplied. o Footprint of no more than 30 square feet. 3. Installment Requirements Equipment setup, testing and Go-Live will be completed by the Contractor. Upon contract award, the Contractor must provide a project manager point of contact for contract kick-off to the Contracting Officer Representative. The Contractor will work with Biomedical Engineering staff to provide any additional documentation required and coordinate the necessary tasks for deployment of the new hardware. Engineers providing labor required for on-site installation shall be included under the terms and conditions of this contract and must be OEM trained. 4. Labor All necessary labor must be included with the procurement. The Contractor shall have available standard weekday business hours (8 AM to 5 PM) and must re-schedule if there are impacts to patient care. Scheduling will be discussed with the Biomedical Engineering representative and coordinated with the Clinical end users. 5. Training Must provide both clinical and biomedical technician training. Biomedical technician training included will be good for (1) technician and tuition only. Any pre-requisite courses will be included in the cost. 6. Warranty All equipment procured under this contract will have a minimum one-year warranty for all parts and associated fees (i.e., labor and shipping). Contractor may provide optional add-ons for extended coverage as desired. 7. Delivery Location Attn: Biomed Nicole Salerno VA Philadelphia Medical Center 3900 Woodland Ave Philadelphia, PA 19104 Prior to delivery, Contractor shall verify shipment with the designated Contracting Officer Representative. Once confirmed, tracking information, quantity and estimated arrival shall be provided. The Contractor must comply and provide all necessary verification and information to the VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. 8. Delivery Coordination Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number 9. Additional Charges There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation. 10. Waste Management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. 11. Confidentiality and Nondisclosure It is agreed that: a. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. b. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. c. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 12. Identification, Parking, Smoking, Cellular Phone Use and VA regulations a. The contractor's FSE shall always wear visible identification while on the premises of VAPHI. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name. b. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. VAPHI will not invalidate or make reimbursement for parking violations of the contractor under any conditions. c. Smoking is prohibited inside any buildings and on premise at VAPHI. This covers all smoking and tobacco products, including but not limited to: i. Cigarettes ii. Cigars iii. Pipes iv. Any other combustion of tobacco v. Electronic nicotine delivery systems (ENDS), including but not limited to electronic or e-cigarettes, vape pens, or e-cigars. vi. Chewing tobacco d. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. e. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 13. Contractor Personnel Security Requirements Contractor may not have access to the VA network or any VA sensitive information under this contract. Contractor owned computer equipment including laptops are not permitted to be connected to the VA network. Any removable storage device used in medical equipment must be scanned by Biomed or OIT. Please answer 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, distributor, or an equivalent solution to the items being referenced above? (4) 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). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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. (8) 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. (9) 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? (10) 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. (11) Please submit your capabilities regarding the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This Intent to Sole Source Notice RFI (Request for Information) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to andrew.taylor3@va.gov no later than 4 PM Eastern Standard Time (EST) on April 12, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0582 in the subject of the email response. 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 Officer Andrew Taylor. 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. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. 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 andrew.taylor3@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. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1c44a522d15e47b3826b0658751beab0/view)
- Place of Performance
- Address: Corporal Michael J. Crescenz VA Philadelphia Healthcare 3900 Woodland Ave., Philadelphia 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN07025100-F 20240411/240409230055 (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 |