SPECIAL NOTICE
65 -- Teleflex AC3 Optimus Intra-Aortic Balloon Pump System Sole Source Notice This is not a request for quote
- Notice Date
- 8/8/2024 12:57:18 PM
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0935
- Response Due
- 8/9/2024 1:00:00 PM
- Archive Date
- 08/19/2024
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-679-2327
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- 3 THIS IS NOT A SOLICITATION ANNOUNCEMENT THIS IS A REQUEST FOR INFORMATION - NOTICE SOLE SOURCE This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this notice of intent to sole source. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. Statement of Work Scope: The Cardiology Department of the VA Pittsburgh Healthcare System (VAPHS) has an urgent and compelling need for four (4) new brand name only Teleflex AC3 Optimus Intra-Aortic Balloon Pump System with Fiber Optix capability units to replace their current system. The supply acquisition does not involve connection of contractor-owned IT devices to the VA internal network; therefore the C&A requirements do not apply and a security accreditation package is not required. The instruments to be purchased does not have the ability to store any data, nor interface to the VA network, nor accept patient demographic information in any way. General Requirements: Specifications as set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the instrument. The offerer shall meet or exceed the minimum requirements and shall be held responsible for the performance and overall quality of the requested instrument during the instrument s warranty period. The instruments, based upon the specifications requested, shall be the newest and the most current model. A refurbished is not acceptable. AC3 Optimus Intra-Aortic Balloon Pump System with FiberOptix capability. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Large Touchscreen display with user-friendly configurations, lockable screen and low-light visibility Smaller, lighter frame than current model in use Easy transition from in-hospital use to transport mode in case of emergencies. Out-of-sight helium tank storage Self-retracting power cord FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed below: Pressure Fill System based off of catheter and tubing volume for calculating targeted fill pressure. Diffusion Replacement Cycles for helium loss due to diffusion Concealed Pneumatic Module that can t be dislodged and has no exposed drain/fill tubes. Inflate/Deflate speeds faster than current model in use. Keyed and color-coded ECG and Pressure Inputs Autopilot Operational Mode Hot-swappable, Lithium-Ion batteries with +/- 3hrs of run time Full array of Technical and High/Medium Priority Alarms for Patient Safety Wave Timing for blood pressure optimization. 5-Lead ECG cables for remote monitor and hemodynamics systems interfacing. SOFTWARE: No software requirements involved with these devices. TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. Installation, including Verification/Validation, Training: The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. Installation of microscopes shall be included in the quote. Installation shall be performed by the Contractor or by a sub-Contractor who is certified on the Contractor s equipment. Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. DELIVERY: All equipment deliveries must be coordinated with the Biomedical department prior to delivery. Failure to do so may result in the return of the equipment at vendor cost. Location Pittsburgh VA Healthcare System University Dr Pittsburgh, PA 15240 Repair and Maintenance: Manufacturer will provide troubleshooting manual. The VAPHS Bio-Medical Department shall manage the service and repair contract on the equipment. The manufacturer should define maintenance requirements and indicate what maintenance is performed by the user. Instructions The information identified above is intended to be descriptive, of the are 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) 334510. Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) 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? (10) 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. (11) Please submit your capabilities regarding the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This Intent to Sole Source Notice RFI (Request for Information) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to andrew.taylor3@va.gov no later than 4 PM Eastern Standard Time (EST) on Friday August 9, 2024. This notice will help the VA in determining any alternative sources of supply only. Reference 36C24424Q0935 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 Contracting Officer Andrew Taylor. 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 Intent to Sole Source 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 Contracting Officer at andrew.taylor3@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. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94841207f1ec44779ec597c67cbc31d0/view)
- Record
- SN07161801-F 20240810/240808230114 (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 |