SOURCES SOUGHT
65 -- NX EQ Infusion Pumps Multitherapy Ambulatory
- Notice Date
- 4/16/2025 2:38:00 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G25Q0077
- Response Due
- 4/29/2025 8:59:00 PM
- Archive Date
- 05/29/2025
- Point of Contact
- Kimberly LeMieux, Contracting Officer
- E-Mail Address
-
Kimberly.LeMieux@va.gov
(Kimberly.LeMieux@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice 1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the ICU Medical ® brand name or equal Infusion Pumps Multitherapy Ambulatory product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide ICU Medical ® brand name or equal Infusion Pumps Multitherapy Ambulatory on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Infusion Pumps, Multitherapy, Ambulatory to VA medical centers and facilities in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 - Surgical and Medical Instrument Manufacturing and the associated size standard is 1000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of quote submission. Submissions for this sources sought shall include the Notice ID in the email subject line and be submitted by email no later than the date and time listed in this announcement to: Kimberly.Lemieux@va.gov This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Infusion Pumps, Multitherapy, Ambulatory deliver parenteral agents from syringes or collapsible bags and are small enough to be worn or carried by patients. They are used to deliver intravenous (IV), epidural, and, occasionally, arterial infusions. Solutions may be infused continuously (e.g., chemotherapy, total parenteral nutrition, human growth hormone) or intermittently (e.g., antibiotics). Solutions and their applications include (but not limited to) drugs for blood and cardiac therapy and solutions for wound site pain management. Patients who require infusion therapy can often be treated both in the hospital or at home with an ambulatory pump. The following Contract Line Items are being considered: Contract Line Items Manufacture Part Number Description 0001 ICU Medical 21-2111-0402-51 CADD-Solis Ambulatory Infusion (Grey) 0002 ICU Medical 21-2112-0402-51 CADD-Solis Ambulatory Infusion (Yellow) 0003 ICU Medical 21-2120-0105-01 CADD-Solis VIP 2120 ambulatory infusion pump, PharmGuard enabled (blue label) 0004 ICU Medical 21-2125-0105-01 CADD-Solis VIP Pump with Factory Library (Select Protocols) (green label) 0005 ICU Medical 21-2127-0105-01 CADD-Solis VIP 2120 ambulatory infusion pump, Manual Mode (Standard Settings) (black label) 0006 ICU Medical 21-2194-0403-25 CADD-Solis Medication Safety S 0007 ICU Medical 21-2135-25 Polemount Adapter CADD-Solis 0008 ICU Medical 21-6120-24 Polemount Bracket Lockable CADD 0009 ICU Medical 21-6118-24 Polemount Bracket Non-Lockable CADD 0010 ICU Medical 21-2160-51 CADD Solis Battery Pack, Rechargeable 0011 ICU Medical 21-2131-01 CADD-Solis Wireless Communication Module for use with CADD-Solis v4 pumps US 0012 ICU Medical 21-0270-25 AC Adapter - Wallmount For use with CADD-Solis pumps 0013 ICU Medical 21-2186-25 Remote Dose Cord (CADD-Solis pump) The Department of Veterans Affairs (VA) is seeking vendors who can provide ICU Medical ® brand name or equal Infusion Pumps Multitherapy Ambulatory as listed above or equal commodities which meet all of the following salient characteristics: The following SCs apply to CLINs 0001-0005 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 U.S. FDA clearance Literature Review SC 2 Unit able to be mounted to pole Literature Review SC 3 Capable of infusion mode: patient-controlled analgesia (PCA) Literature Review SC 4 Total Weight including batteries less than or equal to 0.6 kg Literature Review SC 5 Has audio volume control for audio alarms Literature Review The following SCs apply to CLINs 0006-0013 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 6 Must be compatible with CLINs 0001-0005 Literature Review The following SCs apply to CLINs 0001-0013 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 7 Manufacturer Warranties - should outline any length and coverage of warranties/guarantees associated with their products, as these can provide assurance of quality and reliability to the government Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b15a6eda9e8a42d497375b0d8a39e131/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN07411785-F 20250418/250416230055 (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 |