Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2024 SAM #8215
SOURCES SOUGHT

65 -- Surgical Anesthesia Machines/Equipment

Notice Date
5/23/2024 5:33:32 AM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624Q0680
 
Response Due
5/28/2024 2:30:00 PM
 
Archive Date
06/27/2024
 
Point of Contact
Le Kisha Douglas, Contract Specialist, Phone: 832.352.2915
 
E-Mail Address
LeKisha.Douglas@va.gov
(LeKisha.Douglas@va.gov)
 
Awardee
null
 
Description
2 Statement of Work (DRAFT) Surgical Anesthesia Machines 1. Background: Fayetteville, Arkansas VAMC Station# 564, Surgical Service is requesting to purchase 5 each Draeger Perseus Anesthesia Machines or functionally equivalent units of any brand. The Surgical Service s current in-use 5 each GE brand Avance CS2 Anesthesia Machines are end-of-lifecycle. These machines were purchased in 2013. VHSO uses Draeger Innovian software as it s Anesthesia Record Keeping System (ARK). The requested replacement machines must be compatible with this software. 2. Scope: 2.1 The Contractor is to provide 5 each Anesthesia Machines including installation, necessary parts, labor, delivery, total parts and labor warranty for twelve months and initial set-up and training of a minimum of 5 eight-hour days for on-site training to anesthesia staff. 3. Salient Characteristics for Anesthesia Machines 3.1 System requirements for each unit: Must feature a minimum of size 15.3"" touch screen, configurable user interface, and alarm management feature. Shall include integrated gas bench for measuring inspiratory and expiratory gas concentrations of O2, N2O, CO2 and anesthetic agents. Must feature a simultaneous display of real-time curves for CO2, O2 and anesthetic agent concentrations, airway pressure, inspiratory and expiratory flow. Shall have a bar graph display of volume and tidal volume; virtual flow tubes for O2, AIR, N2O. Must feature simultaneous display of 2 loops: Volume-Pressure and Flow-Volume, reference loop. Shall include graphical or tabular display of trends and mini-trends simultaneous with real time curves. Must feature low flow display fresh gas efficiency. Shall include fresh gas and anesthetic agent consumption measurement per case and per last zeroing. Shall have Auto Set feature for alarm limits. Must feature a device Status Panel with LC Display for airway pressure, gas flows, supply status of battery and gases (CGS + cylinders), time. Shall be capable of dosing of O2, Air, N2O and anesthetic agents and ventilation during power outages. Shall include Programmable, time-based fully automatic start-up and self-test of device and software. Should feature a heated breathing system. Shall include a brake and castors with cable deflectors on the stand. Must have arterial and central venous pressure monitoring capabilities. 4. Delivery Schedule: 4.1 The requested equipment delivery shall be twenty (20) weeks ARO and will be delivered to the VHSO warehouse. 4.2 The Contractor will ensure all deliverables are delivered to the following address and reference the VA s purchase order number as: Veterans Healthcare System of the Ozarks, Attn: Alisha Snook Purchase Order # Warehouse Building 8, 1100 N. College Avenue, Fayetteville, AR 72703. One each quick reference guide shall be provided for each of the five units upon delivery. One copy of IFU s shall be provided on DVD. Initial equipment set-up, installation and training is required. On-site training shall consist of 5 eight-hour days for VHSO Anesthesia Personnel. 5. Contractor Requirements: 5.1 The Contractor shall not perform any service or provide any item that is outside the scope of work without the written approval of the Contracting Officer. 5.2 Should the Contractor have to come to the VHSO for any reason other than delivery, the Contractor shall be required to log in with VA Police Dispatch (Building 1, first floor) upon arrival to obtain a contractor badge. The Contractor will always visibly wear the badge while on VHSO premises and will be required to turn in the badge before leaving VHSO premises.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6eae5cbfab114dbebb7629f2183346fe/view)
 
Place of Performance
Address: Veterans Healthcare System of the Ozarks Surgical Services 1100 N. College Avenue, Fayetteville 72703
Zip Code: 72703
 
Record
SN07076010-F 20240525/240523230104 (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.