DOCUMENT
65 -- Fresenius CRIT LINE HEMODIALYSIS clip and monitor brand name only - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;New Mexico VA Health Care System;1501 San Pedro Drive SE;Albuquerque NM 87108
- ZIP Code
- 87108
- Solicitation Number
- 36C25818Q9798
- Response Due
- 8/29/2018
- Archive Date
- 11/27/2018
- Point of Contact
- Bryan.Rogers2@va.gov
- E-Mail Address
-
bryan.rogers2@va.gov
(Bryan.Rogers2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, New Mexico VA Health Care System (NMVAHCS), on behalf of: New Mexico VA Health Care System, 1501 San Pedro Dr SE, Albuquerque, NM, 87108-5128 has a requirement for Brand Name Only: Fresenius clip and monitor. The intent of the procurement is to award a firm-fixed price contract. The below reflect background and part numbers of the equipment to be delivered. Required Items Brand Name Only: Line Item # Item/Description Qty Unit 1 Brand name only Fresenius Hemodialysis CL10041001 Crit-Line CLIP (CLIC) - USB 9 EA 2 Brand name only Fresenius CL10051001 Crit-Line IV Monitor 9 EA Statement of Information: Contract Title. Dialysis (Nephrology/Renal) section of Medicine Service is requesting 9 (Nine) Crit-Line Clip (CLIC) USB and 9 (Nine) Crit-Line Monitors for use in our newly remodeled Dialysis Unit. Background. This equipment is needed to ensure that we see real-time plasma refilling and achieve ideal dry weights on our Dialysis patients. This equipment includes a monitor that non-invasively measures absolute hematocrit (CLIA exempt) and can calculate hemoglobin from hematocrit. The monitor provides fast and easy access blood flow readings with no blood line reversal, and provides continuous, accurate measurement of oxygen saturation. We need to have 9 of these systems in order to have one for each of our machines. 4. Scope. We are requesting the purchase of the Fresenius Crit-Line Clips & Crit-Line Monitors because Fresenius has purchased the only manufacturer of this equipment, making them the only manufacturer/supplier of this equipment. Additionally, because the VA uses only Gambro Dialysis machines, we are required to purchase both the Crit-Line Clip and the Crit-Line monitors to be able to use the system on our Gambro machines. Fresenius machines would only require the purchase of the Crit-Line monitors. We were required to turn-in our old Crit-Line Monitors as they were no longer serviceable or repairable. This Fresenius equipment reflects a newer model of equipment than we had previously. 5. Specific Tasks. CLIN 0001 Fresenius Crit-Line Clip (CLIC) USB CL10041001 #9 (each) Training Included. CLIN 0002 Fresenius Crit-Line IV Monitor CL10051001 #9 (each). Specific tasks/requirements for this equipment includes: INSTRUMENT RANGE Hematocrit (Hct): 10 Hct 60 Hct Oxygen Saturation: 55% - 100% OPERATING TEMPERATURE 50 degrees F to 104 degrees F 10 degrees C to 40 degrees C HEMATOCRIT ACCURACY 10 Hct 60 Hct: +/- 1 Hct SD O2 SATURATION ACCURACY 55% - 100%: +/- 2 Sat% @ Hct > 18 ACCESS BLOOD FLOW Estimates flow rates of 50ml/min 2500ml/min +/- 15% HD BLOOD FLOW RATE CAPABILITY 50ml/min 130 ml/min MODE OF OPERATION Continuous RECIRCULATION CAPABILITY Estimates recirculation values >4% BATTERY CAPACITY 2 hours continuous on full charge Additionally, the monitors will need to be able to work in conjunction with our existing Gambro dialysis machines. 6. Performance Monitoring The performance of this equipment is accomplished by the Dialysis staff, our Bio Med staff, the Nurse Manager for the Dialysis Unit and COR. 7. Security Requirements - Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. The C&A requirements do not apply, and a Security Accreditation Package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. No known follow on work is identified. b. Identification of Potential Conflicts of Interest (COI). No known COI exists c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. e. Inspection and Acceptance Criteria. This equipment will be received in our warehouse and inspected and approved for use on patients by our Bio Med staff before being authorized to be used for patient care. 10. Risk Control No known risk control issues are known. 11. Place of Performance. This equipment will be housed and used in the Dialysis Unit at the Raymond G. Murphy Medical Center, Albuquerque, NM 87108. End Statement of Information DELIVERY INFORMATION FOB Destination to: New MexicoVA Health Care System 1501 San Pedro Dr SE Bldg. 46 Albuquerque, NM 87108-5128 The applicable NAICS code is 339112, surgical and medical instrument mfg. Small Business manufacturers for this NAICS code have a size standard of 1,000 employees. The delivery term is to be 30 calendar days ARO, with no options included. PLEASE INDICATE IN YOUR RESPONSE YOUR BUSINESS SIZE AND IF YOU ARE A MANUFACTURER OR DISTRIBUTOR. IF THE ITEMS ARE AVAILABLE ON A FSS SCHEDULE PLEASE INCLUDE THE FSS SCHEDULE NUMBER. ALL RESPONDANTS MUST BE MANFACTURERS OR AUTHORIZED DISTRIBUTORS. NO REFURBISHED OR GRAY MARKET ITEMS WILL BE ACCEPTED. It is anticipated that a Request for Quotes will be issued on or about September 3, 2018. Award of a firm fixed price contract is contemplated on or about September 10, 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside, or, full & open competition. It is recommended that SDVOSB and VOSB interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Prior to any award, a vendor/contractor must be vendorized. Such forms required for vendorization will be included in any solicitation resulting from this sources sought notice. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance; (3) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (4) If you are a distributor, a statement from the manufacturer that your company is an authorized distributor; (5) a statement to inform the government if you are a manufacturer or distributor; (8) any information regarding FSS Schedule availability; (6) any other pertinent company documentation. The response date to this Sources Sought notice is August 29th, 2018 at 6:00 pm EST. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronically submitted email notifications of interest are acceptable via Bryan.Rogers2@va.gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC501/AlVAMC501/36C25818Q9798/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q9798 36C25818Q9798.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555250&FileName=36C25818Q9798-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555250&FileName=36C25818Q9798-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q9798 36C25818Q9798.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555250&FileName=36C25818Q9798-000.docx)
- Place of Performance
- Address: New Mexico VA Health Care System;1501 San Pedro Dr SE;bldg 46;Albuquerque, NM
- Zip Code: 87108-5128
- Zip Code: 87108-5128
- Record
- SN05050822-W 20180824/180822231256-cc0bdf25c8262db52230c344b5ee18f6 (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 |