SPECIAL NOTICE
J -- CardioInsight Noninvasive 3D Mapping System
- Notice Date
- 8/14/2024 5:06:00 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- DHA12164943
- Response Due
- 8/26/2024 1:00:00 PM
- Archive Date
- 08/25/2024
- Point of Contact
- Cynthia Blackmon, Phone: 7032756343
- E-Mail Address
-
cynthia.r.blackmon.ctr@health.mil
(cynthia.r.blackmon.ctr@health.mil)
- Description
- The Defense Health Agency (DHA) Northeastern Markets-Contracting Division (NEM-CD) in support of the Walter Reed National Military Medical Center (WRNMMC) Department of Cardiovascular Health and Interventional Radiology is requesting a sole source contract with Medtronic Inc. for a Cardiac Ablation Solutions Service Agreement required for the CardioInsight Noninvasive 3D Mapping System. �DHA intends to award a firm fixed price contract, on a sole source basis, to the Medtronic Inc., with a base period plus 4 one-year option periods.The anticipated award will be made under the statutory authority permitting other than Full and Open Competition,�under the procedures of Federal Acquisition Regulation (FAR) 13.106-1(b)(2) Soliciting from a single source not exceeding the simplified acquisition threshold.� The CardioInsight Noninvasive 3D Mapping System is a non-invasive mapping system that collects chest ECG signals and combines these signals with CT scan data to produce and display simultaneous, bi-atrial and biventricular, 3-D cardiac maps. The mapping enables physicians to characterize abnormal rhythms of the heart. WRNMMC and National Capital Region beneficiaries serve a total of more 1,000,000 patients a year. � The CardioInsight system is based on the unique and patented Electrocardiographic Mapping (ECM) platform that combines body surface electrical data with heart-torso anatomical data to provide simultaneous, biatrial and biventricular 3-D maps of the heart's electrical activity. With its Noninvasive epicardial maps, Unipolar electrograms, 1,000 samples per second per channel, and 6.8 � 2 mm epicardial resolution.� The CardioInsight system uses a proprietary, single-use, disposable multi-electrode vest to capture electrical signals from the body surface. The CardioInsight� software provides various cardiac signal analyses and displays interactive 3-D color maps including activation, composite, and phase maps. The period of performance will be a base period plus 4 one-year option periods. This is a Sources Sought Notice and is issued for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.� All of the following information is approximate and may be altered in the actual solicitation, if applicable.� �No contract will be awarded from this Notice. Responses to this source sought Notice will be used by the Government to make appropriate acquisition decisions. The Defense Health Agency is issuing this Special Notice as a means of conducting market research in accordance with Federal� acquisition Regulation (FAR) Part 10,��Market Research,� to identify parties having an interest in, the resources, and the capabilities provide to a Cardiac Ablation Solutions Service Agreement required for the CardioInsight Noninvasive 3D Mapping System.�Please review the attached Performance Work Statement for additional information. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 811210 (Electronic and Precision Equipment Repair and Maintenance).� Instructions to Vendors � Responses to this Notice must include: 1.� Prior experience:�Provide at least 3 years of prior experience in providing health care laundry and dry-cleaning services as the prime contractor.� To demonstrate prior experience, a detailed description submitted for each year shall include, at a minimum, the following information:�i.��Contract number; ii.�Estimated annual dollar value of contract; iii.� Description of services (including location) provided and the offeror�s level of responsibility and authority on the project; iv.��Date of contract start and completion; and v. Name, title, address, phone number, and email of customer contact.� It is incumbent on the offeror to ensure the customer information is current and accurate.� Note: Prior experience is not past performance.� Prior experience refers to whether an offeror has done similar work before; whereas, past performance describes how well the offeror has done that work. 2. Company name, address, contact person name, phone number, e-mail address(s); 3.� Evidence of valid sam.gov registration; 3. GSA/FSS contract number if applicable; and 4. Socio-economic status of business (i.e. SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business) All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to cynthia.r.blackmon.ctr@health.mil in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Notice DHA 12164943, �CardioLnsight Noninvasive 3D Mapping System."" All responses must be received no later than 1000 hours on� August 31, 2024.� Questions or inquiries will not be answered or acknowledged, and no feedback or evaluations will be provided. DISCLAIMER:� This notice is issued solely for informational and planning purposes only and does not constitute a solicitation; a guarantee to issue a solicitation in the future; or commit the Government to contract for any services.� �Responses to this notice are not offers and cannot be accepted by the Defense Health Agency to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. Respondents are advised that the Defense Health Agency will not pay for any information or administrative costs incurred in responding to this Notice.� Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this Notice will be at the responding party's expense.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c45784b81b348f1b931a3c799dff669/view)
- Place of Performance
- Address: Bethesda, MD 20889, USA
- Zip Code: 20889
- Country: USA
- Zip Code: 20889
- Record
- SN07169580-F 20240816/240814230110 (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 |