SOURCES SOUGHT
65 -- Brand Name Only - Draeger Inc.,- Apollo Anesthesia Workstation w/ Draeger Infinity Acute Care System Monitoring Solution This is NOT a request for quotes.
- Notice Date
- 2/23/2024 8:22:54 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
- 36C24424Q0427
- Response Due
- 3/1/2024 1:00:00 PM
- Archive Date
- 04/30/2024
- 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
- DEPARTMENT OF VETERAN AFFAIRS LEBANON VETERANS MEDICAL CENTER STATEMENT OF NEED (SON) Drager Apollo Anesthesia Workstation and Drager Infinity Acute Care System Monitoring Solution Background: The Drager Infinity Acute Care System Monitoring Solution is intended for multi-parameter, physiologic patient monitoring of adult, pediatric and neonatal patients. It obtains the physiologic, multi-parameter data from the connection to the M540 monitor and optimal medical devices and displays. It also provides all monitoring of the patient s vital signs while under anesthesia. The Drager Apollo Anesthesia Workstation can be used for manually assisted or automatic ventilation, delivery of gases and anesthetic vapor, and monitoring of oxygen and CO2 concentration, breathing pressure, respiratory volume, and anesthetic agent concentration and identification. Scope of Work: The Lebanon VA Medical Center (LVAMC) has a brand name only requirement for 8 (eight) Drager Apollo Anesthesia Workstation and Drager Infinity Acute Care System Monitoring Solution. Our current fleet of Drager Anesthesia Machines has reached the end of their life cycle and need replacement. The vendor shall provide all necessary labor, parts, transportation, configurations, equipment needed for installation and any training that maybe required for the Drager Apollo Anesthesia Workstation and Drager Infinity Acute Care System Monitoring Solution. Onsite Draeger Service and Technical implementation specialists will unpack, inventory, install all components and calibrate/verify function. Care will be taken to protect floors and surfaces and remove packaging and debris from the work area. Salient Characteristics of the brand name only required Drager equipment: Drager Apollo Anesthesia Workstation: Weight: (without vaporizers and gas cylinders) 365 lbs. (165 kg) Dimensions (H x W x D): 59 x 33.5 x 31.5 inches (150 x 85 x 80 cm) Power: 200 W, typically Operating voltage: 100 to 127 VAC (- 15 % + 10 %) 45 - 65 Hz Integrated power backup: 30 minutes minimum Utilizes a piston ventilator (non bellows) Ventilator E-Vent plus: Electrically driven and electronically controlled, fresh gas decoupled. Ventilation modes: Manual, spontaneous, Volume Mode, Pressure Mode Pressure limitation PMAX (in Volume Mode): (PEEP + 10) up to 70 cmH2O Pressure limitation PINSP (in Pressure Mode): (PEEP + 5) up to 70 cmH2O Trigger: 0.3 - 15 L/min Tidal volume VT (compliance compensated): 20 - 1400 mL (in Volume Mode): 10 - 1400 mL with option Pressure Support Breathing frequency (freq.): 3 - 80 bpm Inspiration time (TINSP): 0.2 - 6.7 s Inspiration/Expiration time ratio (I:E): max. 5:1 Plateau time (TIP:TINSP): 0 - 60 % Inspiratory flow (in Pressure Mode): max. 150 L/min PEEP in Volume Mode: 0 - 20 cmH2O (max. PMAX - 10 cmH2O) PEEP in Pressure Mode: 0 - 20 cmH2O (max. Pinsp - 5 cmH2O) Fresh-gas flow: 0 - 12 L/min for each gas (oxygen, air, nitrous oxide) TSLOPE (in Pressure Mode and Pressure Support): 0 - 2 s Total system leakage: 35 L/min Monitoring: Inspiratory and expiratory concentration of O2, N2O, CO2 as well as anesthetic agents (Halothane, Enflurane, Isoflurane, Sevoflurane, Desflurane) Minute volume (MV) and Tidal volume (VT); Breathing frequency; Peak pressure, plateau pressure, mean pressure, PEEP; Patient compliance CPAT The following parameters maybe displayed as waveforms: Concentration of CO2, O2, as well as anesthetic agents, airway pressure, inspiratory and expiratory flow Serial interface: 2 x RS 232 Protocol: Medibus Absorber volume: 1.5 L Advanced ventilation capability Spontaneous breathing support Electrically powered piston ventilator requires no drive gas Lock in place with a central foot brake Must monitor for: Airway pressure PAW, Expiratory minute volume MV and Apnea Inspiratory and expiratory anesthetic gas concentration Detection of anesthetic gas mixtures (simultaneous detection of up to two anesthetic agents) Inspiratory O2 and N2O concentrations Inspiratory and expiratory CO2 concentrations Special alarm response in Bypass Mode Automatic agent alarm activation for multiples of MAC (xMAC) Ventilation modes: Volume-controlled ventilation in Volume Mode With activation of: Synchronization Press. Support (Pressure Support) (optional) Pressure-controlled ventilation in Pressure Mode With activation of: Sync. (Synchronization) Press. Support (Pressure Support) (optional) Manual Ventilation Spontaneous Breathing Pressure-Assisted Spontaneous Breathing in Pressure Support CPAP Volume Mode AutoFlow With activation of: Synchronization Pressure Support The following measured values are displayed: Peak pressure Mean pressure Plateau pressure Positive end-expiratory pressure Expiratory minute volume Difference between insp. and exp. minute volume Patient compliance Tidal volume Breathing rate Freq. Inspiratory and expiratory concentration of O2, N2O, anesthetic gas, and CO2 Difference between insp. and exp. O2 concentration O2 The following parameters can be displayed as mini trends: CO2 minute volume MV*CO2 O2 Uptake PEEP, patient compliance CPAT The following parameters are displayed as curves: Airway pressure PAW Inspiratory and expiratory flow Inspiratory and expiratory concentration of O2, CO2, and anesthetic gas The following parameters are displayed as bar graphs: Inspiratory, expiratory, and leakage tidal volume Volumeter Pressure Low-flow wizard for indicating fresh-gas utilization Infinity Acute Care System: Must work together with Dräger anesthesia and ventilator devices. Provide up to 96 hours of trends on the system, and 72 hours on the M540 transport component Data resolution 30-second sampling Trend tables 1 minute, 5-minute, 10 minute, 15 minute (default), 30 minute, 1 hour display formats Trend graphs 1 hour (default), 2-hour, 4-hour, 8 hour, 12 hour, 1 day, 2 day, 3 day, 4 day display formats Event storage provides up to 150 events, 20-second strips, all monitored waveforms. Customize a drug list of up to 40 drugs Resolution From: C500: 17 in (43 cm) display: 1440 × 900 pixel Maximum supported distance: 5 m (16.4 ft) Performance Characteristics of the brand name only required Drager equipment: Integrated Anesthesia Workstation- including a piston driven anesthesia machine, anesthesia monitor and integration with the existing anesthesia record keeper (ARK). Offers an actively heated breathing system designed specifically to prevent rainout (moisture accumulation) Allows the clinician to be able to continue to deliver (1) all fresh gases (O2, N2O and Air), (2) agent, (3) monitor airway pressure with a mechanical gauge, and (4) ventilate via the bag during (1) power outage/brown out, (2) battery failure, (3) power supply failure, or (4) circuit board failure. Is equipped with an APL (airway pressure limitation) valve which is easily accessible to the user and can simply be pulled up to release breathing system pressure. Is equipped with a user interface and a fresh gas control operating philosophy that is consistent across the vendor's currently sold anesthesia machine portfolio Must be a continuous-flow anesthetic machine, which provides a steady flow of air containing a regulated supply of gas while also monitoring important vital signs of the patient to ensure quality and safety. Trade-in Equipment Trade-in: Current eight (8) Drager Apollos are to be returned by the installation technician and given a monetary credit by the contractor for each machine. A monetary credit will also be given by the contractor for the trade-in value of the Drager Apollos. Additional Information: The Drager Apollo Unit is required for continuity of care for Veterans, as the facility already utilizes Drager Anesthesia Units throughout the OR and Endo Suite and all of our Anesthesia Staff are trained to use them, the accessories we have in stock only work with Drager machines, and the durability, dependability and stellar functionality of such an important device is of paramount importance. Delivery: Delivery shall be within sixty (60) days from the time of award. The Drager Apollo Anesthesia Workstation and Drager Infinity Acute Care System Monitoring Solution shall be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. Placement in the LVAMC clinic shall be coordinated through the Point of Contact (POC). Instructions The information identified above is intended to be descriptive, of the Brand Name Only - Drager Apollo Anesthesia Workstation and Drager Infinity Acute Care System Monitoring Solution 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. 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 Friday March 1, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0427 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/869848670b4f4e3a955d789da2bec8f5/view)
- Place of Performance
- Address: Lebanon Veterans Affairs Medical Center Attn: Warehouse 1700 South Lincoln Ave,, Lebanon, 17042, USA
- Zip Code: 17042
- Country: USA
- Zip Code: 17042
- Record
- SN06975876-F 20240225/240223230045 (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 |