Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2025 SAM #8489
SOURCES SOUGHT

65 -- Cardiology Equipment

Notice Date
2/21/2025 2:09:35 PM
 
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
36C26225Q0516
 
Response Due
2/28/2025 4:00:00 PM
 
Archive Date
04/29/2025
 
Point of Contact
Hanan McCullick, Contract Specialist, Phone: 562-766-2234
 
E-Mail Address
Hanan.Mccullick@va.gov
(Hanan.Mccullick@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall supply, install, configure, and validate a cardiac stress system product and provide on-going technical support and maintenance services for that installed product for the Northern Arizona VA Medical Center located in Prescott, Arizona. The required services (installation, configuration, validation, support, and maintenance for cardiac stress system) shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached DRAFT Salient Characteristics. 4. Interested and capable Contractors are encouraged to respond to this notice not later than Friday, February 28, 2025 at 04:00 PM PST, by providing the following information via email only to Hanan.Mccullick@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the cardiac stress system product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the cardiac stress system product that you intend to provide for this procurement. If you intend to provide a cardiac stress system product manufactured by a company other than your own, state the name of the company whose cardiac stress system product you intend to provide, the country of origin for the product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the cardiac stress system product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration s Federal Supply Schedule or with NAC, NASA SEWP, or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating how many calendar days you estimate it would take you to install, configure, and validate the cardiac stress system product that you intend to provide for this procurement in a medical center similar to the Northern Arizona VA Medical Center. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing cardiac stress system that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must identify the legal name of each subcontractor and provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE CARDIAC STRESS SYSTEM AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- 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. In accordance with 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. SCHEDULE OF SUPPLIES: SALIENT CHARACTERISTICS: Brand name item or equal to GE Cardiac Assessment System (CASE) V7.X Must have at a minimum Windows 10 LTSC 2019 Operating System. Shall be compatible with Muse (Version 9 or later) Cardiac Information System. System must have capability for MUSE Web retrieval view and printing of stored data. Must be capable of exporting finalized reports in multiple formats. Must have the ability to store reports locally. Apparatus must be capable of having Bidirectional DICOM modality worklist/orders. Signal Processing minimum requirements: E, J and post-J signal processing technique Manual or computer selected Baseline correction - ADS Artifact/Baseline correction ADS or Finite Residual Filter Arrhythmia detection Automatic arrhythmia detection, documentation, and annotation. Reanalysis (Resting/Stress) Re-analyze after manual correction of median beats and measurements. Post-test median measurements from E, J, post-J point selections. Full Disclosure EKG Up to 60 minutes of full disclosure with event review both during and post-acquisition. Display Must be LCD (flat panel display) Resolution must be at a minimum 1680 x 1050. Display size must be greater than 20 . Display must have ability to tilt and rotate. System must have built in EKG printer with paper tray to output results. System must be capable of adjusting height. Maximum physical dimensions (HxWxD): 68 x35x48 Must have a minimum 1 year of warranty that starts after installation Brand name or equal to T2100-ST Treadmill Treadmill must be capable of incrementing incline from 0 to 25 percent. Must provide speed range between 0.1 to 15 mph. Safety features must include: Dual comparative speed sensors Auto runaway shutdown Auto communication loss shutdown Manual twist lock Emergency Stop button Manual stop tether Braking system for off-loading Communication ports: RS232 interface to Stress machine Minimum of 1 x USB port Must have a minimum 1 year of warranty that starts after installation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5a15fb350b9453c9dfbd2f3b9f8ddc9/view)
 
Place of Performance
Address: Department of Veterans Affairs Northern Arizona VA HCS 500 HW 89N, Prescott 86313
Zip Code: 86313
 
Record
SN07350425-F 20250223/250221230035 (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.