Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOURCES SOUGHT

66 -- BNOE Tosca Sleep Monitoring System

Notice Date
6/4/2025 7:36:58 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26025Q0609
 
Response Due
6/16/2025 3:00:00 PM
 
Archive Date
07/01/2025
 
Point of Contact
Tracy Heath, Contract Specialist, Phone: 253-888-4903
 
E-Mail Address
tracy.heath@va.gov
(tracy.heath@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Jonathan M. Wainwright VAMC, Walla Walla, WA and is for market research purposes only to determine the availability of potential vendors with capabilities to provide the requirement described below. This Request for Information/Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 334516 (Analytical Laboratory Instrument Manufacturing). The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1,000 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at Veteran Small Business Certification (sba.gov). 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or Equal requirement. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of origin. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at www.sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal Request for Information/Sources Sought Notice. Delivery address: Jonathan M. Wainwright VAMC 77 Wainwright Dr. Walla Walla, WA 99362 Requirement: DRAFT Statement of Work: 1. Contract Title: Continuous Transcutaneous Capnometry and Oximetry Monitoring Equipment 2. Background: Bedside, sleep lab, and in-facility capnometry/oximetry provide continuous recordings of carbon dioxide and oxygen measurements used for various purposes, including: Measurement of gases during sleep. Screening for the presence of hypoventilation and hypoxemic sleep-related breathing and/or cardiopulmonary disorders. Assessing the efficacy of hypoventilation treatment (e.g., non-invasive ventilation). These devices can acquire and transmit data when paired with existing sleep study (polysomnography) acquisition hardware. The transcutaneous method of acquiring gases, particularly carbon dioxide, offers greater data accuracy than end-tidal carbon dioxide measurement, allows for uninterrupted measurement during non-invasive ventilation therapy, and provides a feasible alternative to repeated arterial sampling of gases. Currently, this capability is not available at the Walla Walla VA sleep lab. Sleep-related hypoventilation is prevalent in the Veteran population due to the high incidence of cardiopulmonary diseases (e.g., COPD) and obesity (BMI >30, with the highest risk at BMI >40). By obtaining transcutaneous capnometry and oximetry monitoring devices, we aim to decrease community care costs, increase patient access, and improve overall patient care. 3. Scope: We are requesting the acquisition of two capnometry monitoring systems as new additions to our current technology. The system will include monitoring units, carbon dioxide and oxygen sensors, batteries, calibration gas, and connection cables. 4. Specific Tasks: Refer to the Salient Characteristics section for detailed machine requirements. 5. Performance Monitoring: Performance monitoring will be conducted by the Walla Walla VA sleep program, focusing on wait times for capnometry studies and the number of patients referred to community care requiring this type of sleep study. 6. Security Requirements: None. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Not applicable. 8. Other Pertinent Information or Special Considerations: Identification of Possible Follow-on Work:� No follow-on work is anticipated. Training will be provided as part of the SOW. Identification of Potential Conflicts of Interest (COI):� The department and staff have no ties to the manufacturer or distributor. Inspection and Acceptance Criteria:� None. 9. Risk Control: There is minimal to no risk associated with the use of this equipment, as staff will receive on-site training from the manufacturer on proper use and maintenance. The only potential risk to patients may involve minor discomfort to the skin during data acquisition, which is achieved using a heated probe that can be promptly removed if excessive discomfort occurs. Clinician experience with this equipment at the intra-VISN VA site (Puget Sound) has shown no adverse events. A protocol will be established for sanitizing and cleaning the equipment per the manufacturer s operations manual, in accordance with guidance from the facility's infection control and reusable equipment department. 10. Place of Performance: The equipment will be utilized at the Walla Walla VA sleep lab. 11. Period of Performance: Installation and training will be provided within 30 days of delivery. 12. Delivery Schedule: The delivery schedule is currently unknown but will be communicated upon confirmation of the order. Supplemental Info: Brand Name Item:� TOSCA 92 CO2/O2 Monitor by Radiometer Salient Characteristics: Transcutaneous carbon dioxide monitoring system, including: Proprietary monitoring unit: TCM4 Series Base Unit, TOSCA 92 Module, and battery. Proprietary carbon dioxide sensors: 5621000 combined SpO2/tcpCO2 electrodes. Calibration gas: 962-188. Dimensions: Weight: 2.5 kg (5.5 lbs) including gas cylinder. Industry Standard: According to the American Academy of Sleep Medicine, carbon dioxide monitoring during polysomnography is the current standard of care for patients with potential sleep-related hypoventilation. Transcutaneous monitoring systems include: Carbon dioxide gas monitoring unit. Carbon dioxide transcutaneous sensor. Oxygen saturation sensor. Applicable Model/Make/Catalog Number:� TOSCA 92 monitoring system. Manufacturer Name:� Radiometer. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on June 16, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c3f36f40f5ed4c2ead9c9da3f03dd551/view)
 
Place of Performance
Address: Department of Veterans Affairs Jonathan M. Wainwright VAMC 77 Wainwright Dr., Walla Walla 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN07466435-F 20250606/250604230053 (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.