Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2012 FBO #3929
SOURCES SOUGHT

65 -- MRI

Notice Date
8/25/2012
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25712Q1069
 
Response Due
8/29/2012
 
Archive Date
9/1/2012
 
Point of Contact
Brian Delaney
 
E-Mail Address
7-0252<br
 
Small Business Set-Aside
N/A
 
Description
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This is a SOURCES SOUGHT notice. This is only a request for information. This is not a solicitation and no contract will be awarded from this announcement. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to determine if there are any Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or any other small business socioeconomic category capable of providing the following medical equipment. All other business concerns can provide information to the RFI. Competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Vendors that can meet the requirements described below are to submit company information below as well as product information pertaining to the items being requested. Submit all information electronically to brian.delaney@va.gov. Phone inquires will not be accepted. All responses must be received no later than 1200 CST, on August 29, 2012 Vendor Name Address Email and phone number DUNS Number Business Size GSA Contract (if applicable) Product information: All items are being procured on a brand name or equal basis. Please see salient characteristics listed under the item. If equivalent items are proposed, please provide adequate descriptions: Manufacturer's name, Make/model name, number/product number. Product No. DESCRIPTION The Anesthesiology & Pain Management Service at the Dallas VA Medical Center needs to purchase a MRI compatible anesthesia machine to provide anesthesia to patients undergoing radiological scans. The type of machine required includes the following specifications: 1. Developed for 1.5 Tesla and 3 tesla MRI environments / Distance to center of magnetic field: fringe field strength of 40 mtesla (400 gauss) or less 2. Compact Breathing System 3. High resolution 6.5 ť TFT color display and LED alarm indicators 4. Vapor 2000 system 5. Electronically controlled and driven, high-precision ventilator with volume controlled an pressure controlled modes 6. Able to interface with the Draeger Innovian software currently used by all Anesthesia providers for electronic patient record documentation. Monitoring Continuous monitoring of inspiratory O2 concentration, frequency, tidal volume, minute volume, mean or plateau pressure, peak airway pressure as well as PEEP. In addition, all fresh gas flow information is displayed as virtual flow tubes. Serial interface 1 x RS 232 (standard) Protocols Medibus Volume of CO2 absorber 1.5 Liter, Option: Dräger Medical ™s prefilled CLIC absorber Volume of entire compact 1.7 Liter + bag breathing system Gas supply from supplementary with pin-index connections or MR compatible cylinders with threaded connectors Auxiliary Oxygen Flowmeter Fresh-gas flow 0 to 10 L/min Anesthetic Agent Vaporizer 2 position Dräger mount Dräger Isoflurane Vapor 2000, Dräger Sevoflurane Vapor 2000 S-ORC (Sensitive Oxygen Ratio Controller) S-ORC is a control element which guarantees a minimum O2 concentration in the fresh gas flow. As from a flow rate of approx. 200 mL/min., the N2O concentration in the fresh gas can be freely set between 0 and 75 %. During O2 shortage S-ORC limits the N2O concentration in the fresh gas, so that the O2 concentration does not drop below 23 vol.%. S-ORC prevents N2O flow, when N2O metering valve is open and O2 metering valve is closed or O2 flow is less than 0.2 L/min. During N2O failure O2 may still be administered. No alarm. Range and accuracy of 0 to 10 L/min ±10 % of full scale at STP, total fresh gas flow meter calibrated with 50 % O2/ 50 % N2O gas mixture 0 to 10 L/min ±15 % of full scale at STP for all other gas mixtures O2 flush (bypass) at 55 psi (3.8 kPa x 100): max. 50 L/min at 50 psi (3.8 kPa x 100): max. 35 L/min Dimensions W x H x D Base unit (caster) approx. 78 x 140 x 92 cm with central brake locked (31 x 55 x 36.3 in) (with COSY, left or approx. 99 x 140 x 90/92cm right side mounted) (39 x 55 x 35.5/36.3 in) Extendable writing tray 86 cm (38.5 in) Teslameter sensor location 96 cm (37.8 in) Power supply 100 to 240 VAC, 50 / 60 Hz, 6.7 A, (rating non-configurable) including additional power outlets Ambient Conditions Operation temperature 10 to 35 °C (50 to 95 °F) Storage temperature “10 to 60 °C (14 to 140 °F) Battery (supports ventilator > 45 min and integrated monitor)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25712Q1069/listing.html)
 
Record
SN02855547-W 20120827/120825233226-3cc8424816b75ea92abda44ced053f82 (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.