Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2024 SAM #8124
SOURCES SOUGHT

65 -- NX EQ Intensive Care Ventilators (VA-24-00028985)

Notice Date
2/22/2024 6:20:41 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G24Q0075
 
Response Due
3/7/2024 11:00:00 AM
 
Archive Date
06/14/2024
 
Point of Contact
Lisa Thompson, Contract Specialist, Phone: 720-402-1560
 
E-Mail Address
lisa.thompson10@va.gov
(lisa.thompson10@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 7 REQUEST FOR INFORMATION DESCRIPTION The Veterans Health Administration (VHA) Equipment Life Cycle Management (ELCM) Program identified Intensive Care Ventilators as a candidate for a VA-wide (otherwise referred to as national ) single award Requirements contract. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition, and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) by the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance will consist of a base of 12 months with four 12-month option periods from the date of award. The SAC in conjunction with VHA is seeking a qualified source to manufacture Intensive Care Ventilators on an agency-wide basis. VA intends to award a Brand Name or Equal (BNOE) single award Requirements contract for this requirement IAW with FAR 16.503. Vendors will be required to deliver Intensive Care Ventilators to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is code for Intensive Care Ventilators is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 1250 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM before submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Veteran Small Business Certification (VetCert) database, at https://veterans.certify.sba.gov/ at the time of offerors submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 1. SCOPE OF WORK: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Intensive Care Ventilators product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Intensive Care Ventilators are mechanical devices that can be configured to provide invasive ventilation (e.g., with an endotracheal tube or tracheostomy tube) or noninvasive ventilation (e.g., with a face mask). These ventilators are life support devices that move gas (e.g., air and/or oxygen) to and from a patient's lungs. These devices may provide temporary or permanent respiration for patients who cannot breathe on their own, or who require assistance maintaining adequate ventilation because of illness, trauma, congenital defects, or the effects of drugs (e.g., anesthetics). In most cases, these ventilators are used for a short period of time (a few days to a few weeks) to deliver pressurized medical gases to the patient's lungs to support gas exchange and rest ventilatory muscles until the patient can breathe without mechanical assistance. Intensive Care Ventilators are designed for use in critical care settings; most use positive pressure to deliver gas to the lungs at normal breathing rates and tidal volumes through an endotracheal tube or tracheostomy. These ventilators typically consist of a flexible breathing circuit, a control system, monitors, and alarms. The gas is typically delivered to the patient using a double-limb breathing circuit. The inhalation limb provides sites where the gas may be heated or humidified using appropriate devices, and the exhalation limb includes an exhaust valve to release the gas to the ambient air. Intensive care ventilators are usually connected to a wall gas (e.g., oxygen, air) supply. Intensive care ventilators are frequently classified according to the variable used to terminate inspiration (e.g., volume, flow, pressure, time-cycled); they can be operated using several modes, such as assist/control or synchronized patient triggered. Some intensive care ventilators can provide gases to the lungs at frequencies much higher than the normal breathing rates (100 or more times per minute is typical); negative-pressure ventilators are also used in intensive care as an alternative to positive-pressure ventilators for some selected patients. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Intensive Care Ventilators to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12 months with four 12-month option periods. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter to indicate that each product being offered is an equal product to the Hamilton C6® Intensive Care Ventilators. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Items Manufacture Part Number Description 0001 Hamilton 160021 HAMILTON-C6 Ventilator (Includes Trolly) 0002 Hamilton 160971 HAMILTON-C6 O2 Cylinder Holder 0003 Hamilton 160784 HAMILTON-C6 IntelliCuff Kit (Order with P/N 160766) 0004 Hamilton 160184 HAMILTON-C6 Communication Board (CO2, SpO2, Aerogen w/ Cable) 0005 Hamilton 160969 HAMILTON-C6 Humidifier Holder 0006 Hamilton 160185 HAMILTON-C6 Communication Board (CO2, SpO2) 0007 Hamilton 281718 CAPNOSTAT-5 CO2 SENSOR 0008 Hamilton 160154 HAMILTON-C6/C3 Quick Lock 0009 Hamilton 160162 HAMILTON-C6/C3 Water Bag Pole 0010 Hamilton MSP369130 HAMILTON-C6 Li-Ion Battery 0011 Hamilton 369136 HAMILTON-C6 Battery Calibrator 0012 Hamilton 160760 HAMILTON-C6 P/V Tool Pro Application 0013 Hamilton 160762 HAMILTON-C6 High Flow O2 Therapy Application 0014 Hamilton 160763 HAMILTON-C6 IntelliSync+ Application 0015 Hamilton 160752 HAMILTON-C6 nCPAP-PS Application 0016 Hamilton 160751 HAMILTON-C6 Neonatal Application 0017 Hamilton 160766 HAMILTON-C6 IntelliCuff Application The Department of Veterans Affairs (VA) is seeking vendors who can provide Hamilton C6® Intensive Care Ventilators or equal, as listed above, which meet all the following salient characteristics. Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products that they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The type of Intensive Care Ventilator required for this program has been identified as most advantageous to the Government to be incorporated into a national Requirements Contract. The salient characteristics (SC) for these commercial items are identified in the NX EQ Intensive Care Ventilators Product Description. The following SCs apply to CLIN 0001 SC # Salient Characteristics Method of Evaluation SC 1 Must have an Adult Inspiratory Flow capable of 120L/min or higher Literature Review SC 2 Must have CMV, SIMV, Pressure controlled-CMV, Spontaneous, and CPAP Ventilation modes Literature Review SC 3 Must have a Respiratory Rate (or b/min Rate) range of 1 to at least 80 or better Literature Review SC 4 Must have a FiO2 (Oxygen) Range of at least 21 to no less than 100 Literature Review SC 5 Must be able to connect to Electronic Medical Records (EMR)/Electronic Health Records (EHR)/CERNER/Patient Data Management. Literature Review SC 6 Must have a Battery backup that is hot swappable or can be automatically switched from internal to external Literature Review SC 7 Must have at a minimum of 1-hour external battery backup run time Literature Review SC 8 Must have alarms for: -Apnea -High/Low Pressure/Airway Pressure -Loss of Power or Internal Battery/ Battery Failure -Low Minute Volume/Volume Monitoring (VT) -Low Tidal Volume or Expiratory Minimum Volume/Low Airway Pressure -Low Oxygen/O2 concentration (FiO2) -Circuit Disconnect/Disconnection Literature Review Responses to this Sources Sought Notice shall include the following: Full name and address of the company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If the distributor provides the full name, business size, and address of the manufacturer. Country of Origin designation for all products. Ability to provide an uninterrupted supply of products on a national scale. Technical Literature that clearly shows the product(s) meet the identified salient characteristics (if submitting an or-equal item). Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. All small business, VOSB, and SDVOSB distributors shall provide a valid letter of authorization from the manufacturer of the product/brand that you intend to offer. The letter shall be printed on the manufacturer s letterhead and be no older than 6 months old. The letter shall also clearly state how long your agreement is in place with the manufacturer, e.g., 6 months, 4 years, expires 4 years from XXX, end of 2025, etc. The letter shall also be signed by a legally, authorized representative of the manufacturer. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c05cda46dabc40ca8cd986d225ef42d2/view)
 
Place of Performance
Address: USA and all of its territories
 
Record
SN06974733-F 20240224/240222230052 (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.