Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

65 -- WATCH PATS HOME SLEEP MONITORS - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q9307
 
Response Due
7/19/2018
 
Archive Date
9/17/2018
 
Point of Contact
Michael Giffon
 
E-Mail Address
9-6682<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24718Q9307 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24718Q9307 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total service disabled veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 339112. (v) This requirement consists of the following: Brand Name or Equal. See below for salient characteristics. ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED OR STOCK NO. UNIT COST ---------------------------------------------------------------------------- EQUIPMENT: AC20004XX 1 SBP Sensor for WatchPAT 15 EA AC21105XX 2 Watch-PAT200U 15 EA (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. NA 3. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. NA 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov SDVOSB s must be registered in VetBizOpps:   https://www.vip.vetbiz.gov/ (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE July 19, 2018 at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: RHJ VAMC Warehouse 3130 pacific Street N. Charleston, SC 29401 Attn: Albert German, 843-529-0869 x3504 Albert.german@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682 Salient Characteristics The product must have the following required functions to meet the needs: non-invasive home care device for use with patients suspected of having sleep related breathing disorders. wrist-worn device with a single thimble-like biosensor that is placed on the any one of the fingers, excluding the thumb. utilizes Peripheral Arterial Tone (PAT) signal that identifies changes in arterial pulsatile volume at the finger, that is regulated by -adrenergic innervation of the smooth muscles of the finger s vasculature. Changes in PAT(Peripheral Arterial Tone) signal reflect surges in sympathetic nervous system activity associated with termination of apnea/hypopnea events, and therefore considered a reliable detector of these events equipped with snoring and body position sensors and new advanced algorithms that enable the distinction between Central Sleep Apneas (CSA) and Obstructive Sleep Apnea (OSA) as well as the potential to identify Cheyne-Stokes respiratory patterns, characteristic of heart failure patients. FDA Advanced cleared (non-EEG) device that reliably measures total sleep time to determine the number of events that occur while the patient is asleep. Detects sleep stages: In most patients, SDB(Sleep related disorder breathing) events occur throughout the night during either REM or non-REM sleep stages(recurring sleep state), however for some patients OSA is predominantly REM-related. As REM sleep constitutes approx. 25% of total sleep time, patients with REM-related OSA have lower or even normal AHI scores and report milder daytime symptoms; as a consequence these patients may not complain of sleep difficulty despite significant fragmentation or deprivation of REM sleep, leading to a risky misdiagnosis CloudPAT HIPAA-compliant: web-based cloud application that allows users to streamline their workflow electronically as well as the option of sending studies for interpretation by a certified sleep physician. Properties Description uPAT Probe Measures PAT and Oximetry. Recording Time 10 hours (minimum) Channels Measuring 6 signals: PAT, Pulse rate, Oximetry, Actigraphy, Snoring (optional), Body Position (optional) Sample Resolution PAT and Actigraph 12 bit; oximetry 1% Snoring 12 bit, Body Position 5 discrete states User Interface LCD display Oximetry Arms 3% (in range 70%-100%) Accuracy Pulse rate Amplitude 30-150 ± 1 bpm 0-0.5V ± 10% PAT Channel Bandwidth 0.1-10 Hz Data Storage Media Micro SD card Capacity 64 MB (minimum) Format type Formatted to FAT 32 Power Supply Battery Proprietary, rechargeable Lithium Ion Battery Capacity > 500-700 mAh Cell Type Lithium Ion cell type Internal Charger Proprietary Lithium Ion battery charger External Power Supply 5V DC, 5W with USB connector Operating Voltage 3.3 V Temperature Operation 00C to 40 0C Storage (Device) -200C to 40 0C Transport (Device) -200C to 60 0C Storage & Transport (Probe) 00C to 40 0C Humidity Operating 10% 93% (non-condensing) Storage & Transport 0% 93% (non-condensing) Atmospheric pressure Operating & Storage 10 15 psi Transport 8 15 psi Dimensions L x W x H 80 x 50 x 20 mm Weight 130 gr (excluding uPAT probe weight of 20 gr)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9307/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9307 36C24718Q9307.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473091&FileName=36C24718Q9307-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473091&FileName=36C24718Q9307-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04987389-W 20180713/180711231151-281adfb37affaa9b486af74d07596b5c (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.