Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
DOCUMENT

65 -- Request for Information: Anesthesia Machine and Vaportizers - Attachment

Notice Date
3/1/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q9466
 
Archive Date
3/31/2018
 
Point of Contact
Jim Hedman
 
Small Business Set-Aside
N/A
 
Description
Request for Information: Anesthesia Machine and Vaporizers This Request for Information Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Request for Information notice is to determine interest and capability of Other than Small Businesses and Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339112 (Surgical and Medical Instrument Manufacturing). The Clement J. Zablocki VA Medical Center located in Milwaukee, WI must replace its current anesthesia machines and vaporizers. The requirement is for equipment on an IDIQ/BPA-type contract with a five-year period. Draeger, Inc. anesthesia and vaporizer equipment is known to meet the Government s needs. The Government is requesting information from other vendors with Federal Supply Schedule (FSS) or open market products that can meet the following specifications/capabilities: Line Item Item Number Item Description Qty Year 1 Qty Total 5-Year Period 0001 MK06000 Anesthesia Machine - Perseus A500 1 28 0002 M36700/OPC5638 D-Vapor 3000 (Desflurane) 1 14 0003 M36500/OPC563 Vapor 3000 (Sevoflurane) 1 13 0004 M36500/OPC5639 Vapor 3000 (Isoflurane) 1 28 0005 6872020 Infinity ID WaterLock 2 1 28 0006 M36049 CASTrGARD, small (set of 4) 1 28 0007 MQ09298 Seminar Perseus A500 1 5 0008 MQ00922 3rd Party Labor 1 5 Anesthesia Machine. Must: Support adult, pediatric and neonatal patients Have less than 1 minute fully automatic start-up including system test upon startup Minimum dimensions: 35 in length X 45 in width Have battery backup for a minimum of 150 minutes Alert staff on display if accessories need to be replaced or filled (i.e breathing hoses, vaporizers) Easily export and import data via USB Have flexible breathing bag arm Contain a low or minimal flow anesthesia decision-support tool Be compatible with Picis anesthesia record system for serial data collection Be compatible with current vaporizers or replacement of equal vaporizers to be included: Draeger, Inc. D-Vapor 3000 (Desflurane) model #: M36700 (Qty 14) Draeger, Inc. Vapor 3000 (Sevoflurane) model #: M36500 (Qty 15) Be able to have PC, monitor and UPS for Picis anesthesia record keeper mounted to machine Ventilator Able to recognize and support patient's breathing efforts accordingly Allows manual ventilation in case of loss of power Ventilation modes needed Manual/Spontaneous ventilation with continuous positive airway pressure (CPAP) Volume Control CMV (VC-CMVs) Pressure Control CMV (PC-CMVs) Pressure Control SIMV+ (PC-IMVs,s) Volume Control CMV/AF (PC-CMVa) Volume Control SIMV/AF (PC-IMVa,s) Volume Control SIMV/AF/PS (PC-IMVa,s) Mechanical gas mixer Gas flow measured with electronic flow sensors Controls must be able to work in absence of electrical power Gas analyzer Must analyze inspired and expired concentration of O2, CO2 and anesthetic gases Must return the sample to the breathing system Manual pressure gauge Electronically displayed Continues to function in the absence of power Touchscreen colored display 15 15.5 Display is customizable to user needs Displays at least three waveforms, parameters and mini trends simultaneously Displays status of gas (monitors gas consumption), airway pressure and power supplies Illumination of workstation is controlled on main display Workstation is well lit to perform clinical tasks Work surface must be at least 14 (L) X 36 (W) Writing surface that is at least 11 in length X 21 in width includes storage large enough to store a laptop, at least 2 (H) X 11 (L) X 14 (W) Includes integrated power outlets Main switch for all outlets Circuit breakers for each outlet Vaporizers D-Vapor Desflurane Vaporizer Vapor 3000 Sevoflurane Vaporizer Vapor 3000 Isoflurane Vaporizer Maximum liquid filling capacity: 300mL Internal battery provides 3 to 5 minutes back-up power (D-Vapor Desflurane Vaporizer only) Illuminated control dial and filling level indicators for visibility in dark environments No calibration required Automatically identified by anesthesia machine Type and control dial setting of each vaporizer needs to be visible on screen Accessories Infinity ID Waterlock 2 CASTrGARD Training and Installation In-service training for two (2) Biomed staff and anesthesiologists for at least two weeks, Monday-Friday 6:30am to 3pm Installation of equipment provided Note that this requirement is determined to be ineligible for set-aside; however, interested Other Than Small Businesses and Small Businesses including VIP-Verified VOSBs and SDVOSBs are required to submit an e-mail delineating: Qualifications, capabilities, and experience for providing this product; Business size/Socioeconomic status; If the product is on the Federal Supply Schedule or the Open Market; and Memo or correspondence which authorizes distributor to distribute the manufacturer s products: Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 and the small business size standard is 1,000 employees. Responses due are to be submitted by e-mail to Jim Hedman at james.hedman2@va.gov. The information requested must be received no later than 09:00 a.m. Central Standard Time on March 8th, 2018. DISCLAIMER 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9466/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q9466 36C25218Q9466_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119499&FileName=36C25218Q9466-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119499&FileName=36C25218Q9466-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04839256-W 20180303/180301231052-db0b63509b01da1126f4a6e5dd6e6756 (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.