SOURCES SOUGHT
65 -- 689-25-2-7077-0026: Heart Lung Machines
- Notice Date
- 2/26/2025 8:23:07 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0288
- Archive Date
- 04/27/2025
- Point of Contact
- Fred Revah, Contract Specialist, Phone: 207-623-8411
- E-Mail Address
-
frederic.revah1@va.gov
(frederic.revah1@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 7 DESCRIPTION THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. 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 IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. THIS IS STRICTLY MARKET RESEARCH. This source sought is Brand Name or Equal. The vendor must demonstrate that they are authorized by the OEM to distribute and service (as required), the specific product listed below. Any interested vendors must be able to provide a Letter of Authorization from the OEM authorizing them to distribute the required products. All interested firms must be registered in SAM (System for Award Management) to be eligible for the award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: (1) Company name and address point of contact with phone number and DUNS number. (2) Documentation relating to the capability of performance, including installation in a hospital environment, training, and a current point of contact and phone number). (3) Socio-economic status to identify the business class as being a large business, SDVOSB, VOSB, small business, Woman Owned, etc. (4) Service Area (5) Any other pertinent company documentation prior to submission of offers to a solicitation. Any SD/VOSB firms responding to this Sources Sought Notice must also provide proof of registration in the SBA VetCert, prior to submission of offers to a solicitation. The purpose of this synopsis is to gain knowledge of the interests, capabilities, and qualifications of various members of the industry who have the capability and are authorized to distribute the items listed below. The current requirement being researched is for a one-time, firm-fixed-price commodities requirement. 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 sources-sought notice. 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 or Sole Source procurement. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Statement of Work Quantum Heart-Lung Bypass Machine Replacement INTRODUCTION: The VA West Haven CT Healthcare System Surgical Department has a need for two (2) Spectrum Medical Quantum Heart Lung Machine and associated equipment as noted below. The Quantum Heart Lung Machine is a critical device that supports complex perfusion procedures during cardiac surgery. The Quantum Heart Lung Machine temporarily takes over the heart's pumping and the lungs' oxygenating functions during surgery. It circulates and oxygenates blood, allowing surgeons to operate on a still, blood-free heart. Advanced monitoring and safety features prevent complications in real-time. Our current Heart & Lung machines are 13 years old and have been deemed as end of support by the manufacturer. The Medical Center currently uses the Spectrum Medical Quantum workstations with its VISION server and informatics reporting system, which are not being replaced. The heart-lung machine equipment must be fully compatible and able to integrate with the existing Spectrum Medical Quantum workstations and VISION informatics reporting system. Summary of Equipment Characteristics/Requirements: The heart-lung bypass replacement units must have the following characteristics: Fully compatible with the Spectrum Medical Quantum workstation and VISION informatics reporting system Roller head design Hot swappable pumps with auto pump detection software Modular ventilation system for electronic gas blending management and vacuum system management with precise control and gas delivery to improve patient safety SUPPLIES OR SERVICES NEEDED: Item Part # Description/Part Number* Est. Qty 1 51-000059-01 QPF4 - New York Frame (51-000059-01) 2 2 51-000021-00 Quantum Power Supply (51-000021-00) 2 3 51-000003-00 Quantum Console Module (5 Rotary Knobs) (51-000003-00) 2 4 51-000082-00 QVM2-D-HM - Quantum Ventilation Module (51-000082-00) 2 5 51-000013-00 Quantum Roller Pump - 6"" (51-000013-00) 9 6 51-000008-00 Quantum Roller Pump - 8"" (51-000008-00) 3 7 43-000955-00 6"" Hand Crank Assembly (43-000955-00) 2 8 43-000956-00 8"" Hand Crank Assembly (43-000956-00) 2 9 43-000653-02 1.25 Vert. Tube Clamp - Single (43-000653-02) 8 10 52-000053-00 Mounting Arm Assy - QCM Only (52-000053-00) 2 11 (52-000059-00 Mounting Arm Assy Short 300mm - Hook Mounts x1 (52-000059-00) 2 12 20-000391-00 Cordset C19 V-Lock 6m NEMA 5-15P US Clear (20-000391-00) 2 13 20-000451-00 3M Adhesive Transfer Tape 25.4mm x 4.6M (1 Roll) (20-000451-00) 1 14 52-000005-00 Tray Assy - 600x130x15mm (52-000005-00) 2 15 52-000013-00 Drip Stand Assy (52-000013-00) 4 16 52-000017-00 Ball & T-Bar Hex Driver Kit (52-000017-00) 1 17 52-000020-00 Cable Clips - 1.25 in 6.5/9,5mm T1/T3 Double(10) (52-000020-00) 1 18 52-000068-00 Tray with 3x Hooks Assy - 300x135x15mm (StSt) (52-000068-00) 2 19 52-000080-00 Dual Tube 6"" Bobbin Kit - O/d3/8"" & 1/4"" (52-000080-00) 2 20 52-000095-01 Gas Sample Line 2m Kit (52-000095-01) 10 21 52-000097-00 Dual Tube 6"" Bobbin Kit - O/d3/8"" x2 (52-000097-00) 2 22 9510-100 Pipeline Protector (Pack 10) (9510-100) 1 23 GTAIRFDHFDH10 Gas Line - Air - 10 ft. (GTAIRFDHFDH10) 2 24 GTOXYFDHFDH10 Gas Line - Oxygen - 10 ft. (GTOXYFDHFDH10) 2 25 GTVACFDHFDH10 Gas Line - Vacuum - 10 ft. (GTVACFDHFDH10) 2 26 GTWAGFDHFDH10 Gas Line - WAGD - 10 ft. (GTWAGFDHFDH10) 2 27 0408-2584:L24 Transducer Cable to ICU Medical (8-pin) (0408-2584:L24) 6 28 43-000889-00 Level Sensor Assy (43-000889-00) 2 29 51-000037-00 Hb-SO2 Twin 2.0m Sensor 9/16""(3/8 x 3/32) (51-000037-00) 1 30 51-000067-00 QFS 9/16 x 2.0m (ID 3/8"" x Wall 3/32"") (51-000067-00) 4 31 51-000068-00 QFS 11/16 x 2.0m (ID 1/2"" x Wall 3/32"") (51-000068-00) 2 32 Free of Charge Credit (SA-FOC-CREDIT) 1 33 Sentinel Support Level Quantum Perfusion Technologies - Product Support (Sentinel Support Level) 1 DELIVERY LOCATION: Deliveries will be made to: VAMC West Haven, 950 Campbell Avenue West Haven, CT 06516-2770 REQUEST FOR INFORMATION INSTRUCTIONS: 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Primarily engaged in the retail or wholesale trade and normally sells 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; Obtained an individual or class waiver? 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). 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? 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. 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. 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? 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. Please submit your capabilities regarding the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to frederic.revah1@va.gov no later than, 6:00 AM Eastern Standard Time (EST) on March 10th, 2025. This notice will help the VA in determining available potential sources only. 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 Specialist, Fred Revah. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties later and interested parties must respond to the solicitation to be considered for award. 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 Specialist at frederic.revah1@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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1429b032610342c0a829750aaed7d55d/view)
- Place of Performance
- Address: VAMC West Haven 950 Campbell Avenue, West Haven 06516-2770
- Zip Code: 06516-2770
- Zip Code: 06516-2770
- Record
- SN07355050-F 20250228/250226230045 (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 |