SOURCES SOUGHT
65 -- NX EQ Transport Ventilators - Request for Informantion Only (VA-24-00016952)
- Notice Date
- 3/6/2024 9:37:31 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0084
- Response Due
- 3/20/2024 8:59:00 PM
- Archive Date
- 06/27/2024
- Point of Contact
- Patina Williams, Contract Specialist, Phone: (540)729-1834
- E-Mail Address
-
Patina.Williams@va.gov
(Patina.Williams@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought Notice Page 1 of Sources Sought Notice Page 7 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 2 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Transport Ventilators product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Hamilton C1® brand name or equal Transport Ventilators on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Transport Ventilators to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 750 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: Veteran Small Business Certification (sba.gov) at the time of quote 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 Sources Sought Notice 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. 2.0 SCOPE OF WORK Transport Ventilators are mechanical ventilators that are specifically designed to facilitate intrahospital and/or interfacility transport of ventilated patients. These devices are relatively small and light weight, and can be hand-carried, if necessary, during transport. Transport ventilators may provide basic or advanced modes of ventilation for neonatal, pediatric, and adult patients, depending on the model selected and features available. 3.0 REQUIREMENT Contract Line Items # Part Numbers Description BASE YEAR YEAR 1 YEAR 2 YEAR 3 YEAR 4 Transport Ventilators 0001 1610060 HAMILTON-T1 Ventilator 50 50 50 50 50 0002 161150 Trolley 50 50 50 50 50 0003 281671 Circuit Support Arm 50 50 50 50 50 0004 161535 Communication Board with CO2, Nurse Call, and COM 1 50 50 50 50 50 0005 161065 HAMILTON-C1 Trends / Loops Application 50 50 50 50 50 0006 161066 HAMILTON-C1 NIV, NIV S/T Application 50 50 50 50 50 0007 161064 HAMILTON-T1 DuoPAP / APRV Application 50 50 50 50 50 0008 161087 High Flow O2 Therapy Application 50 50 50 50 50 0009 MSP369108 HAMILTON-C1/T1/MR1 Li-Ion Battery- Rechargeable 50 50 50 50 50 0010 3691040 HAMILTON-C3/C2/C1/T1/MR1 Battery Calibrator w/ Cord 50 50 50 50 50 The Department of Veterans Affairs (VA) is seeking vendors who can provide Hamilton C1® Transport Ventilators as listed above or equal commodities which meet all the following salient characteristics. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION APPLICABLE CLINS VENDOR S PROVIDE PAGE # WHERE EACH SC IS MET IN YOUR TECHNICAL LITERATURE SC 1 Must have an internal battery life of 4 hours or greater Literature Review 0001 SC 2 Must have a SIM-V Control Mode Literature Review 0001 SC 3 Must have a minimum of 21%-100% of FiO2 (Oxygen) Literature Review 0001 SC 4 Must have an adjustable Alarm System Literature Review 0001 SC 5 Must have a Peak Inspiratory (PPeak) Pressure of 0-99 Literature Review 0001 SC 6 Must have a CPAP Mode Literature Review 0001 SC 7 Must have a SPONT Mode Literature Review 0001 SC 8 Ventilator unit must weigh no more than 16 lbs Literature Review 0001 SC 9 Must be specifically designed for Transportation Use Literature Review 0001 For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics and page numbers where each salient characteristic is met 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/a63cda80b30c4700ac973f6f57c7d07f/view)
- Place of Performance
- Address: Nationwide
- Record
- SN06988483-F 20240308/240306230054 (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 |