Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOLICITATION NOTICE

66 -- ProSim 8 Vital Signs Simulator PM testing machine

Notice Date
4/18/2023 11:18:00 AM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0902
 
Response Due
4/24/2023 3:00:00 PM
 
Archive Date
05/24/2023
 
Point of Contact
Victor Oliveros, Contract Specialist
 
E-Mail Address
victor.oliveros@va.gov
(victor.oliveros@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The VA Tucson Healthcare System, 3601 S 6th Ave, Tucson, AZ 85723 is seeking a contractor to provide 3 The ProSim 8 Vital Sign Simulator( Stock # 3979409), 3 SPO2 TEST MODULE (Stock # 3985658), 3 HP/PHI CABLES, HP/PHILLIP INTELLIVUE -HP-3 BP CABLE (Stock #3984922), and 3 PS8 WA/PRO CABLES (Stock #3984979) in order to meet its requirement for additional test equipment to assist with the preventive maintenance of all vital sign monitors throughout the facility, and all CBOC s that fall under the guidance of SAVAHCS. The prospective contractor must be Brand Name or Equal to ProSim 8 Vital Sign Simulator specifications: All-in-one complete monitor testing 80 % smaller and 17 lbs/7.7 kilos lighter than predecessor technology 8-in-1 multifunction simulator tests ECG (including fetal ECG and arrhythmias), respiration, temperature, IBP, cardiac output, NIBP, SpO2, and Rainbow multi-wavelength waveforms Stay-connected ECG posts for easy/secure ECG snap and lead connections Custom SpO2 r-curve for accurate testing of the latest and future oximetry technologies Static pressure linearity testing Repeatable NIBP simulation (+/- 2 mmHg) for dynamic pressure repeatability testing Physiologically synchronized pulses across all parameters Barcode scanning and direct data capture and printing functionality Onboard, customizable patient pre-sets and auto sequences for fast/easy testing Multi-language user interface offers choice of language selection Integrated, easily-replaceable long-life battery Optional PC-interface software offers customizable procedures/checklists to replace bulky service manuals and automated data capture/storage* Wireless communication for remote PC control of test device, as well as data transfer and automated regulatory reporting* Communication USB device upstream port | Mini-B connector for control by a computer USB host controller port | Type A, 5 V output, 0.5 A max load. Connector for keyboard, barcode reader, and printer Wireless IEEE 82.15.4 for control by a computer Power Lithium-ion rechargeable battery Battery charger 100 V to 240 V input, 15 V/2.0 A output. For best performance, the battery charger should be connected to a properly grounded ac receptacle Battery life 9 hours (minimum), 100 NIBP cycles typical Weight 1.87 kg (4.2 lb) Safety standards IEC/EN 61010-1 3rd Edition; Pollution degree 2 CAT None Certifications CE, CSA, C-TICK N10140 , RoHS Electromagnetic compatibility (EMC) IEC 61326-1:2006 If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 334515? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333241 (500 employees). Responses to this notice shall be submitted via email to victor.oliveros@va.gov . Telephone responses will not be accepted. Responses must be received no later than 4/24/2023 15:00 PDT. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov. Prosim 8 SPO Test Module
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7dc858b63c5349dcb848f180dec91575/view)
 
Place of Performance
Address: VA Tucson Healthcare System DELIVER TO: BLDG 14 WAREHOUSE 3601 S 6th Ave, Tucson, AZ 85327, USA
Zip Code: 85327
Country: USA
 
Record
SN06654682-F 20230420/230418230126 (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.