6515--NX EQ INFUSION PUMPS

expired opportunity(Expired)
From: Federal Government(Federal)
36C10G23Q0014

Basic Details

started - 17 Nov, 2022 (17 months ago)

Start Date

17 Nov, 2022 (17 months ago)
due - 03 Dec, 2022 (17 months ago)

Due Date

03 Dec, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
36C10G23Q0014

Identifier

36C10G23Q0014
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103303)VETERANS AFFAIRS, DEPARTMENT OF (103303)STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) (1061)

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.

Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice 1.0 REQUIREMENT The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Infusion Pumps product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirement s contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Baxter Infusion Pumps brand name or equal Infusion Pumps on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to
deliver Infusion Pumps to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE The Infusion Pumps is used to accurately deliver liquids through intravenous (IV) or epidural routes for therapeutic and/or diagnostic purposes. They are used in hospitals, in alternative care settings (e.g., homes, long-term care facilities, physicians' offices, outpatient infusion centers), and, occasionally, in emergency medical service vehicles. reports calibrated in flow settings of milliliters per hour (mL/hr) ranging from 0.1 to 3,600 mL/hr; most have a drug-/dose-calculation feature that permits programming of the flow setting directly from physician dose orders. Infusion pumps are used when the solution to be administered must be delivered with greater accuracy than can be provided through a manually adjusted gravity administration set. Because they allow more accurate fluid delivery, infusion pumps have proven to be useful in applications such as continuous epidural anesthesia, administration of IV cardiovascular drugs, chemotherapy, and autotransfusion, as well as in pediatric applications and for home IV therapy. Blood infusions can also be performed with most pumps, although some pumps require a special administration set for this application. . The following Contract Line Items are being considered: Contract Line Items # Part Number Description BS YR OY 1 OY 2 OY 3 OY 4 0001 3570009 Spectrum IQ Infusion Pumps Large Volume Pump (LVP) 100 300 500 300 100 0002 36010 Spectrum IQ WBM 100 300 500 300 100 0003 SSL5YR Spectrum Software License 5 Year Non-Wireless (Per Pump) 100 300 500 300 100 0004 41720 Implementation Services (Per Pump) 100 300 500 300 100 0005 2C8541 CONTINU-FLO Solution Set, DUO-VENT, 3 CLEARLINK Luer Activated Valves, Backcheck Valve. 10 drops/mL. 105" (2.7 m) 48/CA 100 300 500 300 100 0006 2C8537 CONTINU-FLO Solution Set, Non-Vented, 3 CLEARLINK Luer Activated Valves, Backcheck Valve, Retractable Collar., 10 drops/mL, 109" (2.8 m) 48/CA 100 300 500 300 100 0007 2C8519 CONTINU-FLO Solution Set, Non-Vented, 2 CLEARLINK Luer Activated Valves, Backcheck Valve. 10 drops/mL. 112" (2.8 m) 48/CA 100 300 500 300 100 0008 2C8750 Y-Type Blood/Solution Set with Standard Blood Filter 170 to 260 Micron, CLEARLINK Valve, Retractable Collar, 10 drops/mL, 112" (2.8 m) 48/CA 100 300 500 300 100 0009 2C7461 Secondary Medication Set, Male Luer Lock Adapter. For use with CLEARLINK System. Hanger for primary solution container is provided. Approximately 10 drops/mL. Approximate length 37" (93 cm). Contains DEHP. Fluid path is sterile, nonpyrogenic. 48/CA 100 300 500 300 100 0010 2M0807 Single IV Pole (Lightweight) 100 300 500 300 100 0011 2M0808 Single IV Pole (Heavyweight) 100 300 500 300 100 0012 2M0809 Triple IV Pole 100 300 500 300 100 0013 2M0814 3 Pump Carrier 100 300 500 300 100 0014 IQEXTPREMIER Configuration cost, maintenance, and support 100 300 500 300 100 The Department of Veterans Affairs (VA) is seeking vendors who can provide Baxter Infusion Pumps as listed above or equal commodities which meet all of the following salient characteristics: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION APPLICABLE CLINS PAGE # WHERE SC IS FOUND IN TECHNICAL LITERATURE SC 1 VA FIPS 140-2 Compliant. Literature Review 0001-0014 SC 2 Integrates with an application within VA Cerner that are relevant for infusion pumps: Infusion Management, Smart Pump Programming, and CareAware Event Management Literature Review 0001-0014 SC 3 Bolus Capability Literature Review 0001-0014 SC 4 Low flow rate minimum of 0.5 milliliters per hour. Literature Review 0001-0014 SC 5 Reports standard safety software selections. Literature Review 0001-0014 SC 6 Automatic switching to battery power upon line-power interruption with alarm configuring settings and alarm volume control to include silence or sleep override (anesthesia mode). Literature Review 0001-0014 SC 7 Dose Error Reduction System. Literature Review 0001-0014 SC 8 Technical Support Literature Review 0001-0014 For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, vendor responses can include any additional product and other product-related services necessary to obtain the supplies as required that may be beneficial. These items must be clearly identified by brand name and part number. If offerors propose any additional priced product items/services, these items will be evaluated if deemed as beneficial to the overall solicited product solution or configuration at the time of the vendor s quote/proposal response. Responses to this Sources Sought Notice shall include the following: Full name and address of company Unique Entity ID Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought Notice may also submit a Capabilities Statement.

10300 SPOTSYLVANIA AVE SUITE 400  FREDERICKSBURG , VA 22408  USALocation

Place Of Performance : Nationwide

Country : United StatesState : ArkansasCity : Fayetteville

You may also like

STERRAD NX STERILIZER SERVICES

Due: 03 Nov, 2025 (in 18 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

REQUIREMENTS CONTRACT FOR LIVANOVA NX EQ HEART LUNG BYPASS UNITS

Due: 30 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

6515--NX EQ Electrosurgical Unit: Monopolar/Bipolar

Due: 12 May, 2024 (in 15 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

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