SOLICITATION NOTICE
65 -- Spirometer w/ Breeze Suite T Software
- Notice Date
- 8/21/2024 12:47:01 PM
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q1791
- Response Due
- 8/28/2024 4:00:00 PM
- Archive Date
- 09/27/2024
- Point of Contact
- Nate Munson, Contract Specialist, Phone: 562-681-2951
- E-Mail Address
-
nathan.munson@va.gov
(nathan.munson@va.gov)
- Awardee
- null
- Description
- This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 19 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. 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 Notice / 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 (size standard of 1,250 Employees). Responses to this Sources Sought Notice/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Respiratory Device and components that at a minimum meet the brand-name and/or can possibly provide an equal-to product for the Northern Arizona VA Health Care System in Prescott, CA. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Brand-name Information: Manufacturer: MGC Diagnostics Part/Item/Stock #: 800704-905 and 790804-001 Item Description: CPFS/D USB Spirometer with BreezeSuite Software Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 543056-001 Item Description: Mobile Cart for CPFS/D USB Spirometer Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 440733-001 Item Description: Windows 11 Pro 64-BitLaptop Computer Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 800242-001 Item Description: InkJet Printer for CPFSD Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 704001-004 Item Description: 3 Liter Calibration Syringe for CPFSD Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 147612-312 Item Description: MultiUser Software Option for CPFSD Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 920014-007 Item Description: Ultracare Support Agreement Quantity: 2 Manufacturer: MGC Diagnostics Part/Item/Stock #: 900003-002 Item Description: Installation and Training for up to 4 people Quantity: 1 Equal-to product Information: Main component: Respiratory device and components Salient Characteristics to be met: Must be able to perform the following tests: Pre/Post FVC, SVC, MVV and challenge. Must be equipped with consult interpretation software that immediately computerizes assessments of testing results. Must be integrated with the following integrated environmental conditions: temperature, humidity, and barometric pressure. Must have non network software that utilizes a HL7 interface to integrate with our health records. Must be able to connect with Breeze Connect which is currently used at the VA location. 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 your company is interested and capable of providing the required supplies/services, please provide 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) Submit your capabilities statement illustrating how your organization can/cannot meet the list of salient characteristics requirements. For instances where your company cannot meet the salient characteristics requirement(s), please explain. For instances where your company can meet the salient characteristics requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of salient characteristics requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of salient characteristics? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, August 28, 2024, by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice/RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f356fc924564dcaae65356e3cdf64fe/view)
- Place of Performance
- Address: VA Northern Arizona HCS 500 HW 89N, Prescott, AZ 86313, USA
- Zip Code: 86313
- Country: USA
- Zip Code: 86313
- Record
- SN07180509-F 20240823/240821230129 (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 |