SOURCES SOUGHT
65 -- Spirometer Diagnostic System
- Notice Date
- 3/10/2025 12:20:33 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
- ZIP Code
- 78234-4504
- Solicitation Number
- PANHCA006647
- Response Due
- 3/14/2025 5:00:00 PM
- Archive Date
- 03/29/2025
- Point of Contact
- Jesus Solis
- E-Mail Address
-
jesus.solis13.civ@health.mil
(jesus.solis13.civ@health.mil)
- Description
- This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Regional Contracting Office- West, Fort Bliss, TX, has an upcoming requirement to solicit for and award a contract for one (1) Spirometer Diagnostic System with on-site Installation and training to meet the requirements of Army Public Health Command Policy, DHADOD 6055.05-M and the National Fire Protection Association (1583, 5th Edition), for William Beaumont Army Medical Center Ft. Bliss, TX. Basic requirement details are listed below. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees�, regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and fulfill a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 339112 � �Surgical and Medical Instrument Manufacturing.� The Small Business Size Standard in number of employee is 1000. Responses to this Sources Sought Notice should demonstrate the firm�s ability, capability, and responsibility to provide and deliver the products listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to provide the products being requested. �For reference the proposed offeror must be able to provide service to the following item(s): 1. Essential Characteristics: a. Seller must provide system that has been approved by the Food and Drug Administration (FDA) and must not have any unresolved FDA recalls. b. Seller shall provide the most current system. c. Shall have a PC-Based Spirometer with direct USB connection to Laptop Computer. d. Shall have a laptop computer with operating system of Widows 10 or above. e. Shall perform all the essential spirometry tests including FVC with Flow Volume Loop, Slow Vital Capacity (SVC), Maximum Voluntary Ventilation (MVV), Pre- and Post-Bronchodilator testing levels. f. Shall include Bronchial Challenge Testing software. g. Shall include 10 parameter-linked animated incentives or version equivalent. h. Shall include interactive guided calibration. i. Shall include customizable reference modules and offline data entry. j. Shall be used as standalone system. k. Shall include Box of 80 Microgard filters with each machine. l. Shall include a USB Ambient Module. m. Shall include a box of #80 single patient use oval filter with nose clip. n. Shall include a box of #80 single patient use round filter with nose clip and mouthpiece. o. Shall include a 2-year supply of kit (each kit containing 4 pneumotachs and 5 elbows) which fit onto the spirometer handpiece and are discarded every 6 months providing an additional filter and negating the need for High Level Disinfection after every use of the PFT machine. p. Shall include a Portable laptop cart for the spirometer. q. Shall include a drawer for paper or other small items, syringe holder, transport handle, mouse tray that will accommodate the mouse on left or right side, basket for filters, shelf on bottom for printer. r. Cart shall come fully assembled and will not require or include field service installation. s. Shall include an office jet printer with the ability to connect via USB to the Laptop Computer. t. Seller shall provide two copies of operator/user manual. u. Seller must be an authorized dealer, distributor, or reseller for the proposed system. v. Seller must provide a warranty for the system in accordance with Original Equipment Manufacturer (OEM). w. Seller will need to provide separate quote for five-year service cost. x. Vendor must comply with current Defense Health Agency (DHA) Cyber Logistics (CyberLog) Cybersecurity/Risk Management Framework (RMF) requirements guidelines. 2. Training: a. Vendor Shall include Device PFT Fundamentals 1-day live web-based training or equivalent to staff and Clinical Engineers. Proposed vendor must be able to deliver/service to William Beaumont Army Medical Center Ft. Bliss, TX. Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status as well as any active General Services Administration (GSA), Federal Supply Schedules (FSS), should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 14 March 2025 at 06:00 P.M Mountain Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov at the time of proposal submission to be eligible for award of Government contracts. Email your response to Jesus Solis, Contract Specialist: Jesus.solis13.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE ONLY CURRENT METHOD FOR CONTACT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c467e9edf80473ba600374e3572cfb6/view)
- Place of Performance
- Address: Fort Bliss, TX 79918, USA
- Zip Code: 79918
- Country: USA
- Zip Code: 79918
- Record
- SN07367123-F 20250312/250310230049 (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 |