Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
DOCUMENT

65 -- Non-Invasive Cardiac Monitoring Systems and Sensors - Attachment

Notice Date
8/2/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26311RQ0549
 
Response Due
8/10/2011
 
Archive Date
8/25/2011
 
Point of Contact
Denise Hill, Contract Specialist (605) 333-6822
 
E-Mail Address
Contract Specialist
(denise.hill@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: VA-263-09-RQ-0549 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53. This procurement shall be solicited under Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code (NAICS) code is 339112. The Department of Veterans Affairs, VISN 23, VA Health Care System, Sioux Falls, South Dakota, has a requirement to procure the following 3 line items: 1. Non-Invasive Continuous Cardiac Output Monitoring Systems (3 systems) 2. Upgrades (3.0) for Government owned NICOM Reliant Systems (5 each) 3. Sensors compatible with NICOM Reliant systems (6 boxes of 25 each) Items offered must meet the following specifications: (1) Must utilize BioReactance technology and not Bioimpedance technology, (2) signal to noise ratio of 100X which captures more accurate data collection, (3) ability to be utilized on patients during motion or with movement, (4) ability to filter out Electrocautery interference in Critical Care settings or OR procedures, (5) able to accompany patient outside the ICU on battery backup, (6) highly flexible sensor placement, (7) must utilize 100% non-invasive technology predicated against the Gold Standard PAC Swan as their predicate devices for 510k clearance, (8) must provide updates every minute on parameters, (9)Must contain built in nurse driven protocol for assessing a patients fluid status, providing fluid optimization, (10) must be able to conduct drug titration of inotropes and/or vasopressors through the use of monitor parameters, (11) must be able to conduct differential diagnosis in shock states by providing insight into the hearts responsiveness to fluids through the use of monitor parameters, (12) must have multi-departmental application or functionality and be able to be utilized in ER, Heart Failure Clinic, Stress testing, (13) must deliver the following hemodynamic parameters non-invasively: oCO-Cardiac Output oCI-Cardiac Index oSV-Stroke Volume oSVI -Stroke Volume Index oSVV-Stroke Volume Variation oTPR-Total peripheral resistance oTPRI-Total peripheral resistance index oHR-Heart rate oNIBP-Non invasive Blood Pressure oDO2I-Oxygen delivery index odTFC-Thoracic Fluid content trend and (14) to include the following accessories and supplies: USB cable, patient cable, power cord, EMR software, NIBP cuff (large size), electrodes, calibrator, user manual CE, quick reference guide, and 1 day clinical in-service at the Sioux Falls VA. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors- Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009), 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (July 2010); 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards (Jul 2010), 52.209-6 Protecting the Government s Interest, 52.209-10 Prohibition on Contracting, 52.216-18 Ordering (Oct 1995), 51.216-19 Order Limitations (Oct 1995), 52.216-20 Definite Quantity (Oct 1995), 52.219-4 Notice of Total Small business Set-Aside (June 2003)(15 U.S.C. 644)(ii), 52.219-6, Notice of Total Small business Set-aside (June 2003), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2)and (3), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-41 Service contract Act of 1965, 52.223-9 estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.225-3 Buy American Act-Free Trade Agreements (June 2009), 52.222-50 Combating Trafficking in Persons (Feb 2009) (Applies to all contracts). 52.225-3 Buy American Act--Free Trade Agreements-- Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332);, 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 USC 552a), 52.226-6 Promoting Excess Food Donation to Nonprofit Organization (Mar 2009), 52.249-4 Termination for Convenience and the following VAAR clauses: 852.203-70 Commercial Advertising, 852.215-70 SDVOSB AND VOSB Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.270-1 Representatives of Contracting Officers, Warranty 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, and other such information corresponding to each minimum required item, which demonstrates the Offeror s capabilities, and shall identify where the offered service meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Award will be made to the offeror meeting the listed specification with price as a secondary factor. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotation is due by 4:00 pm CT on Wednesday, August 10, 2011, with anticipated award date of 8/12/2011. Quote may be mailed, faxed or emailed to Denise Hill at the VA Health Care Center, Department of Veterans Affairs, Contract Management (90C), 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26311RQ0549/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0549 VA-263-11-RQ-0549.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=226362&FileName=VA-263-11-RQ-0549-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=226362&FileName=VA-263-11-RQ-0549-000.doc

 
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: Department of Veterans Affairs;VA Health Care System;2501 W 22nd ST;Sioux Falls, SD
Zip Code: 57105
 
Record
SN02519548-W 20110804/110803000141-530cefc266623922a11e474a871c0c10 (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.