SPECIAL NOTICE
65 -- PND 09-25-2025 - (North) 436 VENTILATORS (VA-25-00066089)
- Notice Date
- 5/2/2025 11:02:29 AM
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0420
- Response Due
- 5/9/2025 11:00:00 AM
- Archive Date
- 07/08/2025
- Point of Contact
- Barron Long, Contract Specialist, Phone: 303-712-5741
- E-Mail Address
-
barron.long@va.gov
(barron.long@va.gov)
- Awardee
- null
- Description
- REQUIREMENT: NKV300 VENTILATORS CONTRACTOR: After Action Medical, LLC The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 19 intends to award a sole source firm-fixed-price (FFP) contract to After Action Medical, LLC., 4444 Decatur BLVD. Suite 100 Indianapolis, Indiana 46241. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirement for the estimated period of performance. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. The Government will not be responsible for any costs incurred by responding to this notice. Contractors must be registered in the System for Award Management (SAM) at www.sam.gov at the time of the response due date. Responses are due by Friday May 9th, 12:00 PM (Mountain Daylight Time). All responses shall be submitted via e-mail to barron.long@va.gov. Telephone requests will not be accepted. A Justification and Approval (J&A) will be executed by the Contracting Activity for the contract and will be posted to Contract Opportunities, as required by the Federal Acquisition Regulation (FAR) 6.303-1(a). The estimated Period of Performance for this requirement is September 25th, 2025. SEE BELOW STATEMENT OF WORK: Statement of Work for the Fort Harrison VAMC Ventilation Equipment Introduction of Required Specifications: Purpose: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded contractor in relation to provisions, installation, integration and implementation to upgrade the current ventilation system at the Fort Harrison VAMC, Fort Harrison, MT. The Contractor must provide all necessary tools, equipment/hardware, software, licenses, installation, maintenance, warranty and training in accordance with this SOW. Primary Goals: This procurement will upgrade the existing ventilation equipment currently in place to at the facility. This replacement will improve patient care and safety as well as provide a consistent and reliable end user experience at point of care. Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current DoD requirements for allowable operating system platforms. Industry Standards: Unless otherwise stated, all equipment must be held to current industry standards for such equipment as present within the current market for ventilation system equipment, supplies, and related services. Contractor must meet all minimum requirements contained in section 1.3. Definitions: Ventilator: A ventilator is a machine that provides mechanical ventilation by moving breathable air into and out of the lungs, to deliver breath to a patient who is physically unable to breathe, or breathing insufficiently. Clinical acceptance: Initial Clinical use means the delivered equipment as determined by the Government performs the basic intended clinical function of the system in a safe manner for the purpose for which it was designed, with most or all system functionality, allowing the equipment to be used clinically. This begins the initial Contractor warranty period. Equipment Minimum Requirements: Ventilator: Must have integrated dual hepa filtration. Must have integrated ETCO2 and SpO2 monitoring Must have high flow oxygen therapy software as a standard option. Must have full disclosure with 72 hours of continuous waveforms stored. Not be under an FDA recall. Installation Considerations: 1.4.1 There is no installation included in this SOW. 1.4.2 Remote Access: Contractor Enterprise Integration Manager (EIM) and remote service technicians, using secure remote access solution, will access the Servers to install and configure the system. After installation this remote access will be used to service the system for repairs, troubleshooting, updating and maintenance as required and possible. Contractor will have service technicians complete any security requirements and to include fingerprinting, completion of the Background Investigation (SF86), HIPAA, and other training. 1.4.3 VA facility is responsible for sponsoring vendors remote access, background checks, and/or security access necessary to enable remote access for the vendor. 1.4.4 If power is needed it is the hospitals responsibility to pull the power. 1.4.5 Any mounting required is the responsibility of the hospital. 1.4.6 Contractor must comply with all DoD mandated and local permitted/safety requirements. 1.4.7 Contractor will dispose of all boxes, trash and debris resulting from installation IAW hospital policy. 1.4.8 Facility will sponsor and submit necessary paperwork thru appropriate channels in order for equipment contained in this contract to obtain RMF and/or any other necessary cybersecurity approvals. 1.4.9 Delivery of equipment will be NLT 120 days ARO after ATO-C certification. 1.4.10 Installation of equipment and/or clinical training will be NLT five months after delivery of equipment after equipment obtains an ATO-C certification. Support Features: 1.5.1 Clinical Training: This is a standalone system which requires minimal clinical training that should be accomplished in a day. 1.5.2 Telephone Support: Must include 24x7x365 Unlimited Telephone Support, 24x7 Go-Live Clinical Support by Telephone per Department, 24x7 Ongoing Clinical Support by Telephone per Department for the life of the system. This support must be at no additional cost to the Government. 1.5.3 There is no maintenance and/or service-related costs included in this SOW for equipment and/or ATO-C maintenance. That will need to be purchased on a separate contract. 1.6 Warranty: 1.6.1 Equipment Warranty: The equipment contained in this contract must come with a two year warranty. 1.6.2 Third Party Product Warranty: Third party products come with a standard 1-year warranty that starts at the time of installation. After this time period the hospital is responsible for maintenance of these items with the OEM. 1.6.3 Supply and Accessory Warranty/Restocking Fee: Customer can return equipment within 30 days of purchase with 0% restocking fee if returned in unopened, original packaging. Equipment returned within 30 days to six-months in unopened, original packaging is subject to a 20% restocking fee. Equipment returned after six months will not be accepted. 1.7 Exclusions: 1.7.1 Asbestos testing or abatement is not the responsibility of the Contractor. 1.7.2 The contractor will not work in a bio-hazardous, radioactive, toxic, or other high-risk environment. 1.7.3 The Contractor will not provide structural, mechanical, conduit installation or electrical drawings. 1.7.4 The facility is responsible for hanging any devises on the wall/ceiling that require drilling behind sheetrock. 1.7.5 The facility is responsible to repair-patch and/or paint any walls or ceilings effected by installation or deinstallation of equipment. 1.7.6 The facility is responsible for any new network or cabling required for the installation of the system. 1.7.7 The facility is responsible for deinstallation/removal of existing Government-owned equipment from the hospital. End Statement of Work
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1e5a42dd2954c73b94ca26a6a00ec01/view)
- Record
- SN07429084-F 20250504/250502230039 (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 |