Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

65 -- Replacement of Anesthesia machines in SF - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Healthcare System;2615 E Clinton Ave;Fresno, CA 93703
 
ZIP Code
93703
 
Solicitation Number
VA26117N0900
 
Response Due
8/11/2017
 
Archive Date
8/26/2017
 
Point of Contact
Barbara Sentieri
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office, is seeking sources that can provide sixteen (16) anesthesia machines which also meet the minimum salient characteristics listed below. Statement of need: Anesthesia machines, including electronic vaporizers, electronically-controlled ventilator, monitoring system compatible with existing hardware for transport/ICU monitoring, compatible with PICIS Anesthesia Record Keeping, low-fresh-gas-flow mode, and modular parts design. Anesthesia Machines (16) Must have a 15 touchscreen ventilator display with a 360 ° range of motion Offers auto alarm limits software to help manage alarms and apply upper and lower limits to patient data Includes a central brake, metal work surface, top shelf mounting rails, three or four-drawer options, and bi-level work surface illumination Data output must include over 235 parameters Includes an integrated airway (gas) module that is compact and effective Utilizes a compact, autoclaveable, advanced breathing system of 2.7 liter volume for low flow that delivers a quick and visual response Must have digitally controlled vaporizer, ventilator, and gas delivery Must be able to support the following vaporizer agents: desflurane, enflurane, halothane, isoflurane, and sevoflurane Must support at least 3 electronically controlled vaporizers at one time Must be compatible with the currently installed PICIS anesthesia record keeping system Must have at least 416 squared inches of work surface Must be 27 inch or less in width and 32.5 inch in depth or less Must have the ability to support two monitor displays concurrently Physiological Monitor Modules (16) Must utilize Masimo technology for SpO2 or equal Must provide ability for invasive blood pressure monitoring Must provide ability for EKG monitoring Must provide ability for non-invasive blood pressure monitoring Must provide ability for temperature monitoring Must be compatible and interoperable with the existing GE patient monitoring network in the hospital and allow seamless integration with the existing GE Carescape B850 patient monitors in use in ICU Must provide ability for bi-spectral (BIS) image monitoring Monitor Displays (24) Display option provides a graphical representation of oxygen flow and anesthetic agent use that can show preset targets and calculate cost Must have a large 19 touchscreen display that is flexible, scalable, and integrated Must have resolution of at least 1024 x 768 @60 Hz Able to be monitored and serviced remotely Configurable quick picks for certain settings Additional Characteristics Any wireless components must be FIPS 140-2 compliant 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. If you are interested, and are capable of providing the sought out supplies/services, please respond with your company name, address, point of contact information, and responses to items 1-7 below. Responses should be direct and less than one page in length. 1. 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, Large Business, etc. 2. Is your company considered small under the NAICS code identified within this RFI? 3. Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or of the equivalent product/solution)? 4. What is the manufacturing country of origin of the items you propose as a solution? 5. If you are a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered, assembled, and or modified. 6. Does your company have a Federal Supply Schedule (FSS) contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? 7. If you are a FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? If so, please provide the contract type and number. 8. Not required at this time - Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. 9. Not required at this time - Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Barbara.Sentieri@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, August 11, 2017 at 10 p.m. Pacific. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26117N0900/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-N-0900 VA261-17-N-0900 - RFI for Anesthesia Machines.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3720149&FileName=VA261-17-N-0900-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3720149&FileName=VA261-17-N-0900-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: San Francisco VA Medical Center (SFVAMC);4150 Clement Street;San Francisco, CA
Zip Code: 94121
 
Record
SN04616913-W 20170810/170808231602-c04e6b9d2d367ec46103762ace998467 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.