Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
DOCUMENT

65 -- RFI - Handheld Battery Operated Pulse Oximeters - Attachment

Notice Date
12/19/2012
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA798S13I0009
 
Response Due
1/11/2013
 
Archive Date
2/10/2013
 
Point of Contact
Brian Love
 
E-Mail Address
love@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION 1.0 DESCRIPTION The Department of Veterans Affairs' (DVA) Office of Acquisition Operations (OAO) Strategic Acquisition Center (SAC) on behalf of the Veterans Health Administration (VHA) is issuing this Request for Information (RFI) in accordance with the FAR 15.201(e) to determine the availability and technical capabilities of qualified sources to provide Handheld Battery Operated Pulse Oximeters. The applicable North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic apparatus manufacturing. The Product Service Code is 6515, Medical and Surgical Instruments. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes The SAC in conjunction with VHA is seeking qualified sources to provide Handheld Battery Operated Pulse Oximeters on an agency wide basis. The objective of this effort is to provide standardized Handheld Battery Operated Pulse Oximeters in support of ALL VA Medical Centers (VAMC). The Handheld Battery Operated Pulse Oximeters will be utilized throughout all the VAMC's to monitor blood oxygen level and pulse rate. 2.0 SCOPE The scope of the Handheld Battery Operated Pulse Oximeter procurement includes being able to provide devices that meet the specified technical requirements on an agency wide basis. Specifically DVA is seeking devices that, at a minimum, meet or exceed the following: A. Reusable, latex free handheld pulse oximeter. B.Must meet the following safety standards: ANSI / ISO9919 - 05 Medical Electrical Equipment-Particular Requirements for the Basic Safety and Essential Performance of Pulse Oximeter Equipment for Medical Use ANSI/AAMI/IEC 60601-1-2:2007/(R)2012, Medical electrical equipment - Part 1-2: General requirements for basic safety and essential performance - Collateral standard: Electromagnetic compatibility - Requirements and tests. C.Rechargeable or standard battery with a minimum life of eight (8) hours. Access to the battery should be user friendly and require no tools. D.Ability to charge device either with docking station or AC adapter. E.Dimensions of Product: Maximum of 8"H x 6"W x 2"D Weight of Product: Maximum of 16 ounces with a goal of 8 ounces or less. F.A high contrast display screen that is clear and easy to see, night or day shall include SP02, Pulse Rate, and Pulse/Signal Strength. The device shall have a visual Low Battery indicator. G.SP02 Range of 0-100%; Pulse Rate Range of 30-240 bpm H.SP02 Accuracy of at least +/- 3%; Pulse Rate Accuracy of at least +/- 5 bpm I.Audible and visible alarms for high/low SP02 and pulse rate, low battery indicator and alerts when probe drops, is disconnected, or misaligned. J.Ability to adjust upper and lower range limits to alarm. K.Ability to set alarm delay (from two (2) to ten (10) seconds) to allow for transient threshold changes to occur without an alarm being generated. Or the inherent ability to account for such conditions. L.Must be capable of accurate values in conditions of low perfusion, patient motion and signal interference. M.Accommodate a variety of disposable and reusable sensor probes for ear, forehead, and finger/toe. N.The pulse oximeter must be compatible with Generic disposable and reusable probes. O.Ability to store multiple oximetry values. P.The device literature shall have clear detailed cleaning and disinfection procedures and a list of compatible cleaning agents recommended for the device. Q.Ability to be networked in both a wireless and non-wireless environment. The networked pulse oximetry device must conform to the IHE Patient Care Devices Technical Framework - Pulse Oximetry Integration (POI) option for health standards based exchange with VistA. (http://ihe.net/Technical_Framework/index.cfm#pcd) S.Universal Serial Bus (USB) is the preferred technology standard for serial-based, device connectivity information exchange. (The RS-232 standard for serial-based device connectivity is an older technology that is being phased out.) Wired local area network (LAN) device connectivity must conform to the IEEE 802.3 standard. Wireless LAN device connectivity must conform to the IEEE 802.11 (or later) standard. 3.0 RFI SUBMISSION INSTRUCTIONS Companies are encouraged to respond if they have the capability and capacity to provide the product. However, be advised that generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to provide the required product. If your firm has an interest in responding to the requirement described above, please provide the following: Corporate Capability Statement Information: Corporate Capability Statement; demonstrates capabilities, knowledge and experience related to the Handheld Battery Operated Pulse Oximeter described above (please detail if capability exists to meet each spec listed). If significant subcontracting or teaming is anticipated in order to deliver technical capability and scale, organizations should address the administrative and management structure of such arrangements. a) Provide a summary of your company's relevant experience in providing solutions that provide quick (real time) response to - what if - scenarios when schedule, technical changes, and financial changes occur with the program. b) Demonstrate ability to provide a significant increase or decrease of support (e.g., rapidly identify, equip and employ resources to support the Government in the event of an immediate surge or reduction in requirements.) Responses shall be: 1.Identified with the RFI number; and include: Company's name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Interested parties shall submit a Corporate Capability Statement not exceeding 10 single-sided, type-written pages using 12-point type or larger. 3.The page limit does not apply to advertising material such as company brochures and catalogs. If there is any information you deem proprietary, please mark accordingly. SUBMISSIONS ARE DUE January 11, 2013, by 2:00PM, Eastern Standard Time. All responses under this RFI must be emailed to brian.love@va.gov Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the OAO/SAC view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted If you have any questions concerning this opportunity please contact Brian Love: brian.love@va.gov 4.0 DISCLAIMERS The government will evaluate market information to ascertain potential market capacity to: 1) Provide the commodity consistent in scope and scale with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Implement a successful project management plan that includes: compliance with delivery schedules; and meeting the rigid listed specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94efa97f36eacbd058b6d6ad67a83486)
 
Document(s)
Attachment
 
File Name: VA798S-13-I-0009 VA798S-13-I-0009_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559811&FileName=VA798S-13-I-0009-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559811&FileName=VA798S-13-I-0009-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02952445-W 20121221/121219235025-94efa97f36eacbd058b6d6ad67a83486 (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.