Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

65 -- Brand Name Only- Philips MX40 1.4 GHz Smart Hopping devices.

Notice Date
12/17/2025 8:05:18 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24426Q0165
 
Response Due
1/5/2026 9:00:00 AM
 
Archive Date
03/06/2026
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice 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 Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name Only Philips MX40 1.4 GHz Smart Hopping devices. The devices will be delivered to the Pittsburgh VA Medical Center, located in Pittsburgh, PA 15240. Statement of Need VA Pittsburgh Healthcare System Philips MX40 1.4 GHz Smart Hopping Background The Critical Care Service Line (CCSL) needs 10 Philips MX40 1.4 GHz Smart Hopping devices to be used within the four Critical Care One units. Over the past Fiscal Year (FY) many have gone missing. Availability and use of these devices is critical to the operation of our Service Line. These telemetry packs (wireless monitoring system) are the only telemetry pack (tele-pack) compatible with our Philips bedside monitors, and non-expendable items are cross compatible and CPRC approved. Justification: The VA Pittsburgh Healthcare System has used this same Philips MX40 1.4GHz Smart Hopping device since 2017 when the Philips monitors were installed bedside. Staff are trained and well versed in their use. These tele-packs are a portable heart monitor that a patient can wear around the neck, waist or in the pocket of a hospital gown. The telemetry pack is connected to a few electrodes placed on the skin of the chest area and sends the patients electrocardiogram (EKG) -- a visual record of the electrical impulses through the heart -- to a distant screen at the nurse s station. Reusable and single patient-use sensors aid caregivers in early recognition of subtle signs of patient deterioration. These devices are used throughout all inpatient units in the hospital. Tele-packs improve the patient s ability to move around, decrease bed sores, and allow for activities like physical therapy while still monitoring the patient. If no tele-packs were available, patients will not be able to move around without the assistance of a nurse or physician, this includes going to the bathroom etc. This will decrease the efficiency of staff. It allows a patient whose recovery depends on movement to pursue that recovery effectively, without his healthcare team having to give up the ability to monitor their vital signs. Item Product Model Product Description Quantity Philips MX40 1.4 GHz MX40 MX40 1.4 GHz Smart Hopping, C01 Enhanced Arrhythmia, M02 Impedance Respiration, S02 ECG + Fast SpO2 Enabled 10 Salient Characteristics/Requirements 2.8"" color, touch sensitive display. Smart, multi-measurement cable systems are available for use with reusable and single-patient use supplies. FAST or Masimo SET SpO2 (continuous, automatic or manual measurement). Standard, EASI or Hexad ECG lead system selection. Impedance-based Respiration measurement Alarm generation from Pulse measurement. 6-lead with two V-leads for diagnosing multiple cardiac abnormalities, including wide-QRS complex tachycardias and acute myocardial ischemia/infarction. Local measurement trend/alarm history, graphical trend, trend upload. Local alarming for measurements Integrated radio for connection to an Information Center Integrated short-range radio. Communication with Intelli Vue Patient Monitors and Cableless Measurements via short-range radio connection Powered by three AA batteries or rechargeable lithium-ion battery pack. Period of Performance Delivery is no more than 60 days after contract award. DELIVERY Delivery will be made to VAPHS locations: North Loading Dock | University Drive C., Pittsburgh, PA 15240 Normal hours of operation are Monday through Friday from 7:30am to 3:00 pm, excluding holidays. Federal Holidays observed by the VAMC are: New Years Day � � � � � � � � � � � � � � � � � � � � � � � � Labor Day Martin Luther King Day � � � � � � � � � � Columbus Day Presidents Day � � � � � � � � � � � � � � � � � � � � � � Veterans Day Memorial Day � Christmas Day Juneteenth� � � � � � � � � � � � � � � � � � � � � � � � � � � Thanksgiving Day Independence Day Logistics will receive these items, PPM will place EE tags, and BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. REPAIR AND MAINTENANCE The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing. The Small Business Size Standard for this NAICS code is 750 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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 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 Unique Entity ID. This Sources Sought Notice 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 mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on January 05, 2026. 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 Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, 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 Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1913ca0f597d44088f8cf4eb98f457aa/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System 4100 Allequippa St. (University Drive C), Pittsburgh 15240
Zip Code: 15240
 
Record
SN07669397-F 20251219/251217230039 (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.