SOURCES SOUGHT
65 -- Bi Pap Machine
- Notice Date
- 2/18/2025 1:21:23 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0487
- Response Due
- 2/25/2025 4:00:00 PM
- Archive Date
- 04/26/2025
- Point of Contact
- Hanan McCullick, Contract Specialist, Phone: 562-766-2234
- E-Mail Address
-
Hanan.Mccullick@va.gov
(Hanan.Mccullick@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall supply, configure, and validate a Bi Pap Machine and provide on-going technical support and maintenance services for that installed product for the Northern Arizona VA Medical Center located in Prescott, Arizona. The required services (configuration, validation, support, and maintenance for Bi Pap Machine) shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached DRAFT Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Tuesday, February 25, 2025 at 08:00 AM PDT, by providing the following information via email only to thecontractingofficer@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the product that you intend to provide for this procurement. If you intend to provide a product manufactured by a company other than your own, state the name of the company whose product you intend to provide, the country of origin for the product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the product that you intend to provide for this procurement, along with the configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration s Federal Supply Schedule or with NAC, NASA SEWP, or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating how many calendar days you estimate it would take you to install, configure, and validate the product that you intend to provide for this procurement in a medical center similar to the Northern Arizona VA Medical Center. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing the Bi Pap Machine that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing the configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must identify the legal name of each subcontractor and provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE BI PAP MACHINE AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- 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. In accordance with FAR 15.201(e), 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. SCHEDULE OF SUPPLIES: SALIENT CHARACTERISTICS: 16.75 lbs. without trolley; easily reconfigures for transport of patient. Suitable for patients� � 12.5 kg body weight with tidal volume as low as 100 mL.� � Offers multiple non-invasive modes of ventilation and high flow oxygen therapy modes. Adaptive triggering� to address changing patient conditions. 72 hours of full-disclosure clinical data. High / Low Pressure O2� Source.� � Dual HEPA Filtration.� � Viewable ventilator alarms with dual speaker system.� � Long-lasting battery� 4 hours and 45 minutes under normal conditions. Continuous CO2� and SpO2� monitoring even in standby.� STATEMENT OF WORK: The Contractor must provide all necessary tools, equipment/hardware, software, licenses, installation, maintenance, warranty and training in accordance with this SOW. Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current DoD requirements for allowable operating system platforms. Industry Standards: Unless otherwise stated, all equipment must be held to current industry standards for such equipment as present within the current market for ventilation system equipment, supplies, and related services. 1.3.1 Ventilator: Must have integrated dual hepa filtration. Must have integrated ETCO2 and SpO2 monitoring. Must have high flow oxygen therapy software as a standard option. Must have full disclosure with 72 hours of continuous waveforms stored. Not be under an FDA recall. 1.4 Installation Considerations: 1.4.1 There is no installation included in this SOW. Remote Access: Contractor Enterprise Integration Manager (EIM) and remote service technicians, using secure remote access solution, will access the Servers to install and configure the system. After installation this remote access will be used to service the system for repairs, troubleshooting, updating and maintenance as required and possible. Contractor will have service technicians complete any security requirements and to include fingerprinting, completion of the Background Investigation (SF86), HIPAA, and other training. DoD facility is responsible for sponsoring vendors remote access, background checks, and/or security access necessary to enable remote access for the vendor. Contractor must comply with all DoD mandated and local permitted/safety requirements. Delivery of equipment will be NLT 120 days ARO after ATO-C certification. Support Features: Clinical Training: This is a standalone system which requires minimal clinical training that should be accomplished in a day. Telephone Support: Must include 24x7x365 Unlimited Telephone Support, 24x7 Go-Live Clinical Support by Telephone per Department, 24x7 Ongoing Clinical Support by Telephone per Department for the life of the system. This support must be at no additional cost to the Government. There is no maintenance and/or service-related costs included in this SOW for equipment and/or ATO-C maintenance. That will need to be purchased on a separate contract. Warranty: Equipment Warranty: The equipment contained in this contract must come with a two-year warranty. Supply and Accessory Warranty/Restocking Fee: Customer can return equipment within 30 days of purchase with 0% restocking fee if returned in unopened, original packaging. Equipment returned within 30 days to six-months in unopened, original packaging is subject to a 20% restocking fee. Equipment returned after six months will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82cb5839c8e84c3aac09b68c2407e1d0/view)
- Place of Performance
- Address: Department of Veterans Affairs Northern Arizona VA HCS 500 HW 89N, Prescott 86313
- Zip Code: 86313
- Zip Code: 86313
- Record
- SN07345815-F 20250220/250218230039 (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 |