Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOURCES SOUGHT

65 -- Brand Name Only - MGC Diagnostics - Mobile Ultima Cardio2 System Package. This is NOT a Request for Quotes.

Notice Date
10/26/2023 10:25:58 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0056
 
Response Due
11/3/2023 1:00:00 PM
 
Archive Date
01/02/2024
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Statement of Need VA Pittsburgh Healthcare System MGC Diagnostics Mobile Ultima Cardio2 System Package Background VA Pittsburgh Healthcare System (VAPHS) is in need of a new cardiopulmonary exercise testing at the University Drive campus, Pulmonary department, Medicine Service Line (MSL). The cardiopulmonary functioning will be used to assess cardiorespiratory fitness in patients with heart failure, COVID, and other physical impairments, and to assess related therapeutic interventions. The system shall be capable of: Cardiopulmonary stress testing. Energy expenditure data. ECG-based ischemic assessments The system shall include the following features: Top of the line gas exchange software analysis packages. True Breath-by-Breath gas analysis Integrated spirometry Integrated treadmill and cycle ergometry for programmable protocols. VAPHS intends to acquire a new complete Brand Name Only MGC Diagnostics Mobile Ultima Cardio2 System Package consisting of: Mobile Ultima Cardio2 System Includes: True Breath-by-Breath Exercise Testing, Digital Mixing Chamber, Mortara X-Scribe 4.0, Wired 12-Lead ECG, Spirometry, Security Software, User Defined Predicteds, Windows 10 Pro All-In-One Computer, 2nd Monitor, 3L Syringe, Startup Kit, Isolation Transformer, Environmental Monitor, Keyboard Tray, Regulator Kit and Gases Printer - Inkjet Interface board External device signal I/O module for Ultima Cardio2 Wireless to Wired Module Mortara X-Scribe 4.0 wireless to wired module for Ultima Cardio2 BP Monitor Tango M2 automated blood pressure monitor Pulse Oximeter Nonin xPod Oximeter with finger clip sensor Exercise Consult Exercise Consult Physician Interpretation Software Option for Ultima Cardio2 Exercise FVL - Exercise Flow Volume Loop Software for Cardio2 Bronchial Provocation Software Option for Ultima Cardio2 Lode Corival Cycle Ergometer w/ RS232 port Two-Day Onsite Operator Training Technical Specs ULTIMA SYSTEM Workspace: W x D: 24 x 21 in (70 x 53.3 cm) Base: W x D: 25 x 31 (63.5 x 78.7 cm) Height: 49 in (124.5 cm) PREVENT FLOW SENSOR Bidirectional Pitot tube flow sensor Range: ±18 L/s Accuracy: ±3% or 50 mL, whichever is greater Resistance: <1.5 cm H20 @ 14 L/s Dead space: 39 mL DIRECTCONNECT METABOLIC FLOW SENSOR Bidirectional Pitot tube fl ow sensor Patent number: 5,038,773 Accuracy: ±3% or 10 mL, whichever is greater Resolution: 2.4 mL/s Range: 0 40 L/min Application range: 100 2000 mL Tidal volume range: 100 2000 mL POWER REQUIREMENTS 100-240 V/50-60 Hz O2 ANALYSIS Type: Galvanic Range: 0-100% Response: (10-90%) <180 ms Accuracy: ±1% CO2 ANALYSIS Type: Non-dispersive infrared (NDIR) Range: 0-15% Response: (10-90%) <180 ms Accuracy: ±0.1% (0-10% CO2) GAS SAMPLE Proprietary gas-drying sample circuit GAS REQUIREMENTS - ULTIMA CARDIO2 Calibration gas: 5% CO2, 12% O2, bal N2 (5-7 psi) Reference gas (recommended): 21% O2, bal N2(5-7 psi) DELIVERY Delivery will be made to the loading dock at the University Drive Division of VA Pittsburgh Healthcare System, University Drive C, Pittsburgh PA 15240. REPAIR AND MAINTENANCE The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. On site Installation and Training The vendor will assemble the unit on-site to be scheduled by VAPHS. MGC Diagnostics Field Technicians will unload, stage, assemble, test, clean up and remove the debris. They will be on site for no more than 8 hours. Two-day, up to 8 hours per day, onsite operator training for up to 4 people is included. This will be scheduled by VAPHS within 60 days of installation. Smoking All VA Pittsburgh property is smoke-free. Contractor personnel will comply with VA Pittsburgh smoking policies. Violations will result in a warning and possible citation. Privacy Training Contractor may not have access to the VA network or any VA sensitive information under this contract. All Contractors must receive Privacy training annually using one of the following methods: Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/SecureAuth35/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information . Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. Instructions The information identified above is intended to be descriptive of the Brand Name Only - MGC Diagnostics Mobile Ultima Cardio2 System Package, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: Please indicate the 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) 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 number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4 PM Eastern Standard Time (EST) on November 3, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0056 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov 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. 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
SAM.gov Permalink
(https://sam.gov/opp/148ade21dc3e4948a576cad6c968b44d/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System University Drive C 4100 Allequippa St,, Pittsburgh, 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06869522-F 20231028/231026230055 (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.