SOURCES SOUGHT
65 -- Dialysis Unit Replacement
- Notice Date
- 2/26/2025 2:16:24 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0340
- Response Due
- 3/7/2025 9:00:00 AM
- Archive Date
- 03/22/2025
- Point of Contact
- Joseph J. Krupa, Contracting Officer, Phone: (304) 263-0811 ext.7618
- E-Mail Address
-
joseph.krupa@va.gov
(joseph.krupa@va.gov)
- Awardee
- null
- Description
- The VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the product described in the specification below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted because of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 339112. Respondents who are supply information from a GSA contract please provide your contract number and category number in your response. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to joseph.krupa@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than March 7, 2025, at 12:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Statement of Work AK98 Hemodialysis Machine VA Maryland Health Care System Baltimore, MD 11/18/2024 PURPOSE: The VA Maryland Health Care System is seeking to procure six AK98 Hemodialysis Machines with six accessory shelf extension kits for WRO. These machines are utilized for dialysis treatments capable of both sodium and bicarbonate profiling for continued care of veteran patients at the Baltimore VA Medical Center. The current dialysis machines utilized for kidney care at the VAMHCS are being recalled for overheating and burnt power sources. If these replacements are not purchased, these dialysis units will soon no longer be able to be utilized at the VAMHCS and veterans will have to travel to another facility for proper care. These new hemodialysis machines provide a higher URF for more efficient dialysis use and decrease the number of treatments for improved patient experience. Each AK98 Hemodialysis Machine will include an accessory shelf extension for portable RO transport with the machine to save space and increase mobility. The primary function of these hemodialysis machines are to treat kidney failure by filtering out toxins and purifying the blood in the body. Key criteria include system size, push-pull capability, battery life, range of therapy options, and system weight. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the system to the Baltimore VA Medical center. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the dialysis units to be successfully installed and validated to their full potential. The contractor shall include accessories and consumables that have been detailed on the provided quotes. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to or exceed the Baxter AK98 Hemodialysis Machine + Accessory shelf. Six (6) AK98 Hemodialysis Machines (955607) Manufacturer: Baxter Model: AK98 Provide all therapy options including conventional 3x/week, short daily, or nocturnal. Capable of sodium profiling Capable of bicarbonate profiling. Ceramic concentrate pumps Electromagnetic flow meters. At least 30 minutes of battery backup. Direct push-pull capability between the machine and the EMR. Capture data every 60 seconds. Receive up to 50 treatment parameters. Include integrated formula for automatic calculations. Standby mode that does not use any concentrate. Does not require a pH probe for flow rate calculations. Machine can self-clear nuisance pressure alarms. Automatic disinfection routines. Heat centric disinfection to take no longer than 60 minutes. Short heat centric disinfection to take no longer than 30 minutes. Bleach disinfection to take no longer than 55 minutes. Heat disinfection to take no longer than 45 minutes. Drain phase included in heat centric, bleach, and heat disinfection programs. Can monitor Kt/V in each treatment simultaneously. Treatments can be done at a flow rate of up to 800 mL/min. Treatments can be done at a blood flow rate of at least 20 mL/min. Arterial and Venous pressures monitored and visible on screen. Total weight no greater than 154 lbs. Height no greater than 51.4 inches. Width no larger than 13.6 inches. Six (6) Accessory shelf extension kits (956016) Manufacturer: Baxter Model: Device must be able to attach on either side of the device. Device to be no greater than 7.3 inches wide. Device to be no greater than 15 inches deep. Device able to support 73 lbs. or greater. Accessories IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Assembly of devices and validation. All materials required to assembly dialysis units and accessory shelf kits shall be provided by the contractor. The contractor will deliver the following quantities of dialysis units and accessories to the addresses below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 Six (6) AK98 Hemodialysis Machines (955607) Six (6) Accessory shelf extension kits (956016) Accessories TRAINING The contractor shall provide onsite training for all VAMHCS staff that requires training. DELIVERY The contractor shall deliver necessary equipment to the Baltimore facility as required in the quantities specified above. The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the dialysis units, accessory shelf kits, and accessories. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the dialysis units must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. Salient Characteristics Dialysis Unit Dialysis Unit Provide all therapy options including conventional 3x/week, short daily, or nocturnal. Capable of sodium profiling Capable of bicarbonate profiling. Ceramic concentrate pumps Electromagnetic flow meters. At least 30 minutes of battery backup. Direct push-pull capability between the machine and the EMR. Capture data every 60 seconds. Receive up to 50 treatment parameters. Include integrated formula for automatic calculations. Standby mode that does not use any concentrate. Does not require a pH probe for flow rate calculations. Machine can self-clear nuisance pressure alarms. Automatic disinfection routines. Heat centric disinfection to take no longer than 60 minutes. Short heat centric disinfection to take no longer than 30 minutes. Bleach disinfection to take no longer than 55 minutes. Heat disinfection to take no longer than 45 minutes. Drain phase included in heat centric, bleach, and heat disinfection programs. Can monitor Kt/V in each treatment simultaneously. Treatments can be done at a flow rate of up to 800 mL/min. Treatments can be done at a blood flow rate of at least 20 mL/min. Arterial and Venous pressures monitored and visible on screen. Total weight no greater than 154 lbs. Height no greater than 51.4 inches. Width no larger than 13.6 inches. Shelf to hold RO unit to be accessible on either side of the device. Shelf to hold RO unit to be at or greater than 7.3 inches wide. Shelf to hold RO unit to be at or greater than 15 inches deep. Shelf to hold RO unit to be able to support 73 lbs. or greater.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/370ea5592d234cb19e69a3efbdd1e405/view)
- Place of Performance
- Address: VA Maryland Health Care System Baltimore VA Medical Center (512) 10 North Greene Street, Baltimore, MD 21201, USA
- Zip Code: 21201
- Country: USA
- Zip Code: 21201
- Record
- SN07355044-F 20250228/250226230044 (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 |