Connecticut Bids > Bid Detail

6515--HemoSphere Advanced Monitoring System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159385575930227
Posted Date: Apr 27, 2023
Due Date: May 8, 2023
Solicitation No: 36C24123Q0618
Source: https://sam.gov/opp/22dc9a797d...
Follow
6515--HemoSphere Advanced Monitoring System
Active
Contract Opportunity
Notice ID
36C24123Q0618
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 27, 2023 02:27 pm EDT
  • Original Response Date: May 08, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    West Haven , CT 06516
    USA
Description
DESCRIPTION

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR
INFORMATION ONLY. 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 Sources Sought Notice is for market research purposes only and shall not be
considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not
submit a proposal or quote. This market research is issued for information and planning
purposes only and does not constitute a solicitation nor does it restrict the Government as to the
ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted
by the Government to form a binding contract. Additionally, there is no obligation on the part of
the Government to acquire any products or services described in this sources-sought notice.
You will not be entitled to payment for direct or indirect costs that you incur in responding to this
Sources Sought Notice. Any contract that might be awarded based on information received or
derived from this market research will be the outcome of a competitive process. Interested
parties are responsible for adequately marking proprietary, restricted or competition sensitive
information contained in their response.

No solicitation exists. Therefore, do not request a copy of a solicitation.

Description
Details
Number of Units
HEMCARDIAQ
HEMOSPHERE ADVANCED MONITORING SYSTEM -
CARDIAC WIN10 WITH SWAN-GANZ MODULE, OXIMETRY CABLE, PRESSURE CABLE FOR ACUMEN IQ/ FLOTRAC,
FORESIGHT, HPI, AND ACUMEN ANALYTICS

Kit Contains: HEM1, HEMSGM10, HEMBAT10, HEMOXSC100, HEMPSC100, HEMTOM10, HEMFSM10, HEMDPT1000,
HEMQG1000, 70CC2, 10038207001, 194371001, Acumen
Analytics
1
HEMCSMUPG

HEMOSPHERE CLEARSIGHTUPGRADE
Kit Contains: HEMCSM10, PC2K, EVHRS, and Windows 10
1
PCCVR
PRESSURE CONTROLLER COVER - PCCVR
Included with HEMAQSR2, HEMCSMUPG, EV1000CS, and EVNIUPG-US kits
1
HEM360Y2
HEMOSPHERE 360 PROGRAM 24MO PLAN
Covers Model(s) listed under "Total Protection Program Highlights"
1

Brand Name Specifications:

Edwards Lifesciences, LLC

Location:

VA CT Health Care System
West Haven Campus,
950 Campbell Ave,
CT 06516

Delivery:

June 30th, 2023

REQUEST FOR INFORMATION INSTRUCTIONS:

1.1. 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.

1.2. Responses to this RFI should include company name, address, point of contact, phone
number, and point of contact e-mail, UEI Number, Cage Code, size of business
pursuant to North American Industrial Classification System (NAICS) 399112 (size
standard of 1,000 Employees.). Please answer the following questions:

1.2.1. 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.)?

1.2.2. Is your company considered small under the NAICS code identified under this
RFI?

1.2.3. Are you the manufacturer, distributor, or an equivalent solution to the items being
referenced above?

1.3. 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.

1.3.1. Does your company exceed 500 employees;

1.3.2. Primarily engaged in the retail or wholesale trade and normally sells the type of
item being supplied;

1.3.3. Take ownership or possession of the item(s) with its personnel, equipment, or
facilities in a manner consistent with industry practice;

1.3.4. Obtained an individual or class waiver?

1.4. 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).

1.5. 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?

1.6. 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 subcontracted work and completion of job.

1.7. 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.

1.8. 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?

1.9. 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.

1.10. Please submit your capabilities regarding the salient characteristics detailed above
and any information pertaining to equal to items to establish capabilities for planning
purposes?

1.11. Please review salient characteristics/statement of work (if applicable) and provide
feedback or suggestions. If none, please reply as N/A.

1.12. Please provide your UEI 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
Ashley.zannikos@va.gov and Deborah.Reardon@va.gov no later than, 11:00 AM Eastern Standard Time (EST) on May 8th,2023. 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 Ashley Zannikos and Deborah Reardon, by May 3rdth, 2023. Questions or responses will include the Source Sought number in the subject line.

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.

Any interested business concern must submit a no longer that 10-page capability statement
addressing its ability to meet the requirements listed above to Capability Statement shall include
a statement regarding how the business concern is engaged in wholesale trade and normally
sells the item being supplied and how the business concern will take ownership of the items
being delivered. Vendors shall also provide certification, evidence that they are an authorized
distributor of the Original Equipment Manufacturer.

If a solicitation is issued, information will be posted on the 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 Contracting Specialist at Ashley.zannikos@va.gov.

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.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 27, 2023 02:27 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >