6515--Brand Name I Medgraphic PFT Plethysmograph Body Boxes Lebanon VAMC

expired opportunity(Expired)
From: Federal Government(Federal)
36C24423Q1034

Basic Details

started - 18 Jul, 2023 (9 months ago)

Start Date

18 Jul, 2023 (9 months ago)
due - 25 Jul, 2023 (9 months ago)

Due Date

25 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
36C24423Q1034

Identifier

36C24423Q1034
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103620)VETERANS AFFAIRS, DEPARTMENT OF (103620)244-NETWORK CONTRACT OFFICE 4 (36C244) (6052)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. 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 is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. TITLE OF PROJECT: Platinum Elite DX Body Plethysmograph with RTD and accessories. A. GENERAL INFORMATION (1) Scope of Need: The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of need (SON), except as may otherwise be specified. B. TYPE OF CONTRACT: Firm Fixed Price. C. GENERAL REQUIREMENTS (1) The contractor shall provide all labor, equipment, tools, materials, supervision,
documentation, services, and other items necessary to deliver and assemble Platinum Elite DX Body Plethysmographs with RTD. (2) The Lebanon VA Medical Center (LVAMC) has a brand name only requirement for the Medgraphics Platinum Elite DX Body Plethysmographs with RTD and accessories. The VA Respiratory PFT Clinic program is moving towards Somnoware nationally. The current PFT boxes and equipment used in conjunction will be obsolete once this transition occurs. Medgraphics Platinum Elite DX Body Plethysmographs equipment is compatible with Somnoware. If we do not transition to this system and purchase new body boxes, the PFT clinic may be without adequate equipment to maintain access. The Platinum Elite System allows for testing inside and outside of the box. Medgraphics has an excellent body box without a weight limit, provides the smallest footprint and is FDA approved for purchase. This requirement consists of the following Brand Name required items: Platinum Elite DX Body Plethysmograph with RTD-which includes 726 Liter Plethysmograph Chamber with Spirometry, Thoracic Gas Volumes, Airways Resistance, Nitrogen Washout and Real Time Diffusion Capacity. Workstation Desk for Platinum Elite Environment Monitor and Interface Cable MultiUser Software Option for Platinum Elite PreVent Flow Sensor Handle Flow Sensor- Patient interface with the prevent flow sensor. Simple snap-in design no warm-up or recalibration required between patients. No moving parts or electronics for maximum durability. Can be sterilized, used with a filter, or discarded, making it extremely versatile and cost effective. Data Management needs includes: BreezeConnect HL7 Interface Software for Orders and Results (Test and Production Software) included. BreezeReview Physician Review Software Pulmonary Consult Software option for BreezeReview Electronic Signature Software Option for BreezeReview One-day Onsite Operator Training and Go-Live Support for BreezeConnect 8 Hours Remote Professional Service Time One-Year UltraCare Preferred Support Agreement for Elite Two Day Onsite Operator Training (up to 4 people) Consumable Items: preVent Flow Sensor Qty 1 BreathPath Patient Circuit Qty 2 Kit 2: Filter, Nose Clip and Mouthpiece Qty 2 Salient Characteristics Platinum elite module: Height: 69.5 in (176.5 cm) Circumference: 113 in (287 cm) Diameter (door closed) 37 in (94 cm) System weight: 350 lbs (158 kgs) Internal volume: 726 L Vertical extension: 20 in (51 cm) Horizontal extension: 14 in (35.5 cm) Construction: aluminum/acrylic arm adjustments Prevent Flow Sensor Specs: Bidirectional Pitot tube flow sensor Range: ±18 L/s Accuracy: ±3% or 50 mL, whichever is greater (meets or exceeds ATS/ERS clinical performance standards) Resistance: 1.5 cm H20 @ 14 L/s Dead space: 39 mL Power requirements: 100-240 V/50-60 Hz O2 analysis (model dx): Type: Galvanic Range: 0-100% Diffusion analysis: rtd multigas technology: Analysis time: 1 sec Range for CO and CH4: 0-0.35% Accuracy for CO and CH4: 0.003 Linearity: 1% full scale Resolution for CO and CH4: ± 0.0005% Gas Sample: Proprietary gas-drying sample circuit Gas Requirements: MODELS WITH RTD MULTIGAS TECHNOLOGY Calibration gas (6-8 psi): 5% CO2, 12% O2, bal N2 DLCO mix (135 psi): 0.3% CO, 0.3% CH4, 21% O2, bal N2 100% O2 (135 psi) All models require gas to seal doors: Air (30-135 psi) or DLCO mix (135 psi) D. DELIVERY: (1) Contractor Shall provide delivery of the Platinum Elite DX Body Plethysmographs with RTD and Accessories according to the schedule outlined by the COR on the Delivery Order to the specified location: Lebanon VA Medical Center - 1700 South Lincoln Street, Lebanon, PA 17042 (2) Delivery to the facilities shall be coordinated at least 72 hours prior to the required delivery date with the Contracting Officer Representative (COR). Please contact the COR with any questions or concerns. Note: The POC/COR has no authority to change the terms and conditions of the awarded contract. (3) ASSEMBLY/INSTALLATION: Installation shall include: a. Delivery of Platinum Elite DX Body Plethysmographs to rooms where they are required. b. Assembly of Platinum Elite DX Body Plethysmographs with RTD. c. Removal and disposal of all packaging waste and materials. (4) TEST AND ACCEPTANCE: Contractor shall test all equipment after assembly. E. CONTRACTOR RESPONSIBILITIES: (1) Contractor shall provide qualified personnel to deliver and assemble Platinum Elite DX Body Plethysmographs with RTD. (2) Contractor is responsible for ensuring the proper disposal of all waste generated from Platinum Elite DX Body Plethysmographs with RTS assembly activities. (3) Contractor is responsible for securing all materials, equipment, and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. F. GOVERNMENT RESPONSIBILITIES: The Government shall provide the following: (1) Provide site access and escorts through as needed. (2) Provide adequate space for Platinum Elite DX Body Plethysmographs with RTD delivery and assembly. G. OTHER CONSIDERATIONS: (1) CONTRACTING OFFICER REPRESENTATIVE (COR): The Contracting Officer Representative shall be the technical point of contact for all work-related requirements. The COR does not have authorization to change, alter, or remove any requirements stated in the performance work statement. The Contracting Officer is the only government authorized person to change the performance work statement or any resultant contract. (2) PLACE OF PERFORMANCE: Installation of the equipment will occur at the site noted. (3) WORK HOURS: Standard Operational Hours are 0730-1600, Monday-Friday Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and 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) 339112 (size standard of 1000 employees). 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? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (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) 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? (6) 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 sub contracted work and completion of job. (7) 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. (8) 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? (9) 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. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to no later sarah.chrostowski@va.gov than, 2 PM Eastern Standard Time (EST) on July 25, 2023 with 36C24423Q1034 in the subject line. This notice will help the VA in determining available potential sources only. 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 Contract Specialist, Sarah Chrostowski. 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 the solicitation to be considered for award. 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 Contract Specialist, Sarah Chrostowski. 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.

1010 DELAFIELD ROAD  PITTSBURGH , PA 15215  USALocation

Place Of Performance : Lebanon VA Medical Center 1700 South Lincoln Avenue

Country : United StatesState : PennsylvaniaCity : Lebanon

You may also like

EPUD Water Plants 1 & 2 Improvements

Due: 09 May, 2024 (in 4 days)Agency: Bowman Consulting Group

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies