SOURCES SOUGHT
65 -- Q-NRG (plus) METABOLIC MONITOR
- Notice Date
- 10/24/2024 9:22:48 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0042
- Response Due
- 10/30/2024 11:59:00 PM
- Archive Date
- 11/07/2024
- Point of Contact
- Phillip Folger, Contract Specialist, Phone: (360) 816-2790
- E-Mail Address
-
phillip.folger@va.gov
(phillip.folger@va.gov)
- Awardee
- null
- Description
- THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, VA Puget Sound VA Healthcare System is conducting market research to identify potential contractor sources which can provide the following Supply: Q-NRG+ (plus) Metabolic Monitor for the Department of Veterans Affairs VISN 20, VA Puget Sound VA Healthcare System in accordance with the attached salient Characteristics. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached salient characteristics are invited to respond to this Sources Sought Notice via e-mail to phillip.folger@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Salient Characteristics. Capability Statement. Capability to provide required supplies at VISN 20 in accordance with the Salient Characteristics. NAICS Code 339112 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Items Requested Q-NRG+(plus) Metabolic Monitor, per salient characteristics MFG PN C09092-12-99 1 EA QNRG/NRG+ Cart with Cylinder Holder w/o clamp 1 EA QNRG/NRG+ Clamp for Pole/Rail with VESA mounting plate 1 EA Calibration Syringe 3 liters for resting/low flows 1 EA CAL Gas Metablic Mix 1 EA Regulator MET Mix 1 EA Canopy Hood Kit, 1 EA Anti-Bacterial Filter 1 EA Veils Disposable for Canopy Hood 1 EA SALIENT CHARACTERISTICS: ITEM Q-NRG+(plus) metabolic monitor or equivalent, also known as an Indirect calorimeter. The device shall measure resting energy expenditure in spontaneously breathing patients in a canopy and/or a mask mode. The device shall measure resting energy expenditure in ventilated patients in a ventilator mode. The device shall use a mixing chamber technology instead of a breath-by-breath technology to collect gas samples for accurate gas analysis. The device shall measure resting energy expenditure in ventilated patients with the fraction of inhaled oxygen (FiO2) up to 70%. The device shall have a rechargeable battery for use without AC Power to allow portability of the device being used in multiple patient rooms/areas. The device shall have a short warm-up time and provide results within 10-15 minutes to maximize efficiency of direct patient care time. The device shall require no more than a monthly calibration. Period of Performance: 90 Days after receipt of order. Delivery: The vendor must coordinate with the below individuals to coordinate delivery, installation, & other services: TBD 206-262-1010 Station.poc@va.gov The vendor must deliver the equipment to: VA Puget Sound Healthcare System Seattle Campus 1660 South Columbian Way Seattle, WA, 98108 The vendor must clearly label & tag all boxes & crates with the Contract Number & Purchase Order (PO) Number. The vendor must deliver two user & two service manuals (preferably electronically) to the above points of contact. Warranty: The vendor shall provide manufacturer warranty information that covers the device, battery, and other accessories. Potential contractors shall provide, at a minimum, the following information to phillip.folger@va.gov a) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. b) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 Sporting and Athletic Goods Manufacturing. To be considered a small business your company must have fewer than 1250 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business c) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). d) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov and Veteran Small Business Certification https://veterans.certify.sba.gov/. e) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. f) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (g) Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. (h) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 10/30/2024 11:59pm PACIFIC TIME, LOS ANGELES, USA, to the Point of Contact. Shipping Address: Puget Sound VA Healthcare System Warehouse 90D 1660 S Columbian Way Seattle, WA 98108 - 1532 Point of Contact: Phillip Folger Contracting Specialist phillip.folger@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fd6efb8dca6434c842325ca49b4f859/view)
- Place of Performance
- Address: Puget Sound VA Healthcare System Warehouse 90D 1660 S Columbian Way, Seattle 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07249183-F 20241026/241024230117 (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 |