Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOURCES SOUGHT

65 -- V - Max System

Notice Date
8/7/2020 7:21:22 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
PANHCA20P0000010847
 
Response Due
8/12/2020 10:00:00 AM
 
Archive Date
08/27/2020
 
Point of Contact
Joshua Barbero
 
E-Mail Address
joshua.p.barbero.civ@mail.mil
(joshua.p.barbero.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE.� Any requests for a solicitation in response to this notice will not be honored.� The Regional Health Contracting Office, Fort Hood, TX, has an upcoming requirement (for the Pulmonary Department at Fort Leonard Wood, MO)�to solicit for and award a supply contract for the following V-Max Pulmonary Function Test (PFT) Machine Requirement: The pulmonary function machine shall have capabilities to perform all the essential spirometry tests; FVC Flow Volume Loop, Slow Vital Capacity, (SVC), Maximum Voluntary Ventilation (MVV, Pre and Post Bronchodilator testing levels and Bronchial Challenge Testing. This requirement must be able to produce results and reports and adhere to the standards of the American Thoracic Society (ATS) BRAND NAME OR EQUAL TO (for the below requirement): Vyntus One PFT item 31783-001 Vyntus ONE PFT System. Includes analyzer module (O2, CO2, Multigas), breathing circuit (including Ultrasonic sensor, Flow Path Valve, and Demand Valve), SentrySuite software, standard cart and arm with adjustable height and left/right mousepad, validated WIN 10 PC with sanitizable medical keyboard/mouse, 27 flat panel infinity-edge monitor, Office Jet printer, 3-L manual syringe, O2, DLCO and calibration gas regulators, 6 cylinder gas stand, 1 box of MicroGard IIB and IIC (80 each) filters. Tests performed: Spirometry (FVC, SVC, MVV), Lung subdivisions (VTG, FRC-N2, RV, TLC), Real-time DLCO (both Single Breath and Intrabreath), MIP/MEP, pre/post bronchodilator. Standard software includes: Guidance and Stabilitrac instructional applications, pre-formatted reports and reference sets with design tools for modification, automated interpretation algorithms, QA checks and physician interpretation templates. 1st year warranty included. Item 768093 GAS .3%CO .3%CH4 21%02 BAL N2 (ED) Item 761819 GAS- 99.00% OXYGEN,(USP) Item V-892590-13 GAS 16%O2 5%CO2 0.3%CO/CH4/BAL N2 E CYL Item 31803-001 Vyntus BODY ADD Diffusion system, no PC, no cart. System will connect to shared computer and license of SentrySuite. Item 32924-001 Additional Breathing Circuit for Vyntus ONE. Includes:1 each of USS Module with polytube adapter, Flow Path Valve, Shutter, and 1 pk of 5 Silicone Valves. Item 97075-PM3-ULMONARY OR EXERCISE ONSITE TRAINING 3 DAYS Pulmonary Function and/or Cardiopulmonary Exercise Onsite Training Course for 3 days with a Vyaire Medical, Inc. Item 28568-001 SES STANDALONE. Device to be configured as a standalone Item 27260-001 MS PNEUMO SES HEATED WITH LAPTOP.MasterScreen Pneumo with Laptop and Printer. Item 27252-001 PS PRO SES OPTION MS PNEUMO/IOS SES 1. APS (Aerosol Provocation System) add on option for MS Pneumo and IOS devices. 1year complete warranty included. Item 27252-001 APS Pro SES Option MS Pneumo/I �The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees, regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 339112 � �Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Small Business Size Standard is 1000 Employees. Responses to this Sources Sought Notice should demonstrate the firm�s ability, capability, and responsibility to deliver the supplies listed above.� In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to meet personnel requirements. �Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice.� This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.� No subcontracting opportunity is anticipated.� A determination by the Government to not� compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 12 August 2020 at 12:00 P.M. All interested businesses must be registered in System for Award Management (SAM) at www.betasam.gov to be eligible for award of Government contracts. Fax or email your response Joshua Barbero, Contract Specialist at email: joshua.p.barbero.civ@mail.mil. Telephonic inquiries will not be honored.� EMAIL IS THE PREFERRED METHOD.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b56f92b71d2c40ddb80f454d30e48464/view)
 
Record
SN05749990-F 20200809/200807230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.