SOURCES SOUGHT
99 -- RP500e Blood Gas Analyzer
- Notice Date
- 5/3/2021 12:39:49 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
- ZIP Code
- 78234-0000
- Solicitation Number
- W81K00-21-Q-0133
- Response Due
- 5/10/2021 10:00:00 AM
- Archive Date
- 05/25/2021
- Point of Contact
- Kimberly Macias, Emerita Torres
- E-Mail Address
-
kimberly.r.macias.civ@mail.mil, emerita.torres.civ@mail.mil
(kimberly.r.macias.civ@mail.mil, emerita.torres.civ@mail.mil)
- Description
- Sources Sought The US Army Medical Command, Regional Health Contracting Office-Central, Fort Carson Health Contracting Cell is issuing this sources sought synopsis on behalf of William Beaumont Army Medical Center (WBAMC), El Paso, TX 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 - Central has an upcoming requirement to solicit for 5 RP500e Blood Gas Analyzers. �The Equipment is listed below. 1.�� �RP500e BLOOD GAS ANALYZERS A current DHA ATO (Authorized to Operate) or ATO-C (Authorized to Operate-Conditional) is required. Vendors will comply with all the Risk Management Framework (RMF) process and policies. Salient Characteristics for POCT Blood Gas Analyzer William Beaumont Army Medical Center (WBAMC) is in need of 5 Siemens Rapid Point 500 blood gas analyzers for use in a point of care setting. � 1. �The following products/services must be available from the Provider to fulfill WBAMC POCT requirements: ��� �FDA approved to test whole blood and pleural fluid ��� �Portable ��� �Able to interface with current WBAMC POCT middleware UNIPOC ��� �Able to perform automatic quality control on a customized schedule ��� �Capable of directly measuring full blood gas panels (to include CO-oximetry and select lytes) ��� �Automated cleaning and waste management ��� �Automated calibration ��� �QC lockout� ��� �Operator data capacity of at least 5,000 ��� �Statistical monitoring function ��� �Instruments must come with a full five-year warranty 2. Network Access-Vendor must be capable and agree to comply with the current Army Cybersecurity Risk Management Framework (RMF) requirements to obtain an Approved Authority to Operate (ATO). � The seller must provide and complete the required documents to begin the RMF process.� a.�� � Medical Device Risk Assessment Questionnaire � b.�� �Hardware/Software Inventory of the System � c.�� �System Architecture/Topology � d.�� �Ports, Protocols, and Services (PPS) list � e.�� �Application Security and Development (ASD) System Technical Implementation Guide � f.�� �Medical Device Equipment Readiness Assessment Questionnaire (MDERA)Deployment Guide g.�� �Host Based Security System (HBSS) form � h.�� �510K Clearance Document 3. �Seller must provide operator and service manual for devices 4. �Training: ��� �Vendor will provide one- time initial training for up to 25 WBAMC personnel 5. �Installation: ��� �Vendor Install to include uncrating, inside delivery to clinic, set up and certifying equipment, removal/disposal of all packaging material ��� �Vendor to coordinate with WBAMC IMD to set up interfacing capabilities for both current hospital site and support when hospital moves to the new location 6. �Delivery Requirements: ��� �Seller must notify Property Warehouse and/or Contracting Officer Representative 3-business days before delivery of equipment. ��� �Seller must display purchase order number on shipping label. ��� �Seller must provide delivery-tracking information. Signature required for delivery. This request is anticipated to result in a Firm Fixed-Priced contract. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516 � �Analytical Laboratory Instrument Manufacturing�. The Small Business Size Standard is 1000 employees. 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 this requirement. 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. 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: 1) Organization name, address, email address, Web site address, telephone number, and size (small versus large business) and type of ownership for the organization; 2) Must provide documentation showing authorization. Must be authorized to provide maintenance and repair services on existing equipment. 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. 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 Offeror shall respond to this Sources Sought Notice no later than 10 May 2021 at 12:00 PM CST All interested businesses must be registered in the Central Contractor's Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. All responses under this Sources Sought Notice must be emailed to kimberly.r.macias.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/07ef9010c2574f17a566631d9a1772b0/view)
- Place of Performance
- Address: El Paso, TX 79920, USA
- Zip Code: 79920
- Country: USA
- Zip Code: 79920
- Record
- SN05990200-F 20210505/210503230118 (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 |