Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOURCES SOUGHT

65 -- VMAX ENCORE 22

Notice Date
4/23/2018
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FM442572730025
 
Point of Contact
JUANITA HUNT, Phone: 2406125657
 
E-Mail Address
juanita.t.hunt.civ@mail.mil
(juanita.t.hunt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources sought Description: Sources sought request to determine the interest and feasibility of potential vendors capable of providing the - VMAX Encore 22 Complete Pulmonary Function System. The requirement is for two (2) pulmonary function testing systems, including body plesthmography. The Vmax Encore 22 complete pulmonary function testing (PFT) system delivers an efficient and extremely flexible design, containing all the tests, features and capabilities you require in one fully integrated, compact platform. The complete system offers highly accurate and stable testing data, including the only system with flow sensing real-time BTPS correction, efficient testing procedures and new Sentry Suite software reporting and workflow, leaving clinicians more time with patients. Enhanced automatic data interpretation, automated quality assurance, including real-time monitoring/alerts, an automated sensor stability check, measured CO2 cross sensitivity and a data manager to view error codes. In addition to spirometry, the Vmax Encore 22 performs all the essential PFT tests, including: lung volume by nitrogen washout with automatic leak detection, diffusing capacity, ATS recommended real-time single breath and intra-breath (validated, non-breath holding) maximum inspiratory and expiratory pressures. The integrated APS (Aerosol Provocation System) Pro design allows bronchial provocation protocols to use a single concentration of the challenge substance, making bronchial provocation testing cost effective, simplified and more efficient. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and Service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Training- PULMONARY ONSITE TRAINING Pulmonary onsite training course for 3 days with a Clinical Specialist. Student will participate in an interactive session on the proper operation of the instrument. Includes AARC CRCE credits for 2 persons. Yes-Installation is required to assemble the VMAX ENCORE 22 machines This requirement is for the Malcolm Grow Medical Center located at Joint Base Andrews, Maryland. This is for information and planning purposes only and is not to be construed as a commitment by the U.S. Government; the U.S. Government will not pay for the information provided. The information from this notice will help the Malcolm Grow Medical Center at Joint Base Andrews to plan their acquisition strategy for the requirement. PLEASE NOTE : This is NOT a request for proposal. No solicitation exists at this time. The 11th Contracting Squadron located at Joint Base Andrews, Maryland is conducting a sources sought to determine the availability and technical capability of qualified businesses to provide the VMAX Encore 22 Complete Pulmonary Function System OR EQUAL item and associated equipment. Please note, the OR EQUAL item will be evaluated and compared to the Vaux HD B-Scan / UGM Imaging System (US) to determine if the equipment will fit the need of the Government. For this acquisition, the NAICS code 334510 will apply. All responding businesses are required to identify their firm's size and type of business to this NAICS code size standard of 1250 employees. Interested businesses responding to this sources sought must provide a detailed description of the product they are submitting. If an OR EQUAL item is submitted, state how and why the product will fit the need of the Government. Please submit all information to juanita.t.hunt.civ@mail.mil by 12:00 PM Eastern on 03 May334510 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FM442572730025/listing.html)
 
Place of Performance
Address: JBA, JBA, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04898435-W 20180425/180423230855-cb4a7a6f8882de2f88f0016462ad9725 (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  © 1994-2020, Loren Data Corp.