Kentucky Bids > Bid Detail

6515--596-23-4-950-0388 RESMON V3

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159337752401829
Posted Date: Sep 8, 2023
Due Date: Sep 13, 2023
Solicitation No: 36C24923Q0615
Source: https://sam.gov/opp/ab1605d9ec...
Follow
6515--596-23-4-950-0388 RESMON V3
Active
Contract Opportunity
Notice ID
36C24923Q0615
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 08, 2023 09:59 am CDT
  • Original Response Date: Sep 13, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 12, 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:
    Department of Veterans Affairs Lexington VA Health Care System Lexington , KY 40502
    USA
Description
On behalf of the Tennessee Valley Healthcare System (TVHS), Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a cost per test, firm-fixed-priced, contract for brand name or equal to Resmon V3 forced oscillation technique equipment. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112 Surgical and Medical Instrument Manufacturing.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 339112, which contains a size standard of 1,000 Employees, Commercial And Government Entity (CAGE) Code and Unique Entity Identification (UEI).

Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 339112.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Please provide the following information as an attachment to your response:

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?

Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Response to this SSN shall not exceed 10 pages and should include all of the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: All interested party shall submit a capabilities statement and other documentation demonstrating clear and convincing capabilities to satisfy the requirement listed above to the CS/CO by email at Martha.Warren1@va.gov no later than 1600 CT, September 13, 2023. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

See attached Salient Characteristics.








Salient Characteristics
Real-Time display of Resistance (Rrs), reactance (Xrs) and flow.
Accurate measurement of inspiratory, expiratory and total parameters.
Full respiratory pattern measurement and reporting of VE, VT, RR, Ti/Ttot, Vt/Ti, Vt/Te
Innovative multi-frequency mode of 5-11-19Hz
Single-frequency mode options of 5, 6, 8, 10Hz
Pseudo Random Noise (PSN) of 5-37Hz
Comfortable testing for the patient with an automatic discard of non-physiological and non-coherent breaths, choice of number of accepted breaths, 10, 15, 20 etc. to end the test automatically, minimizing operator intervention.
Operator accessible screen, post-test to view and edit accepted as well as discarded breaths and recalculate CV% and average results.
CV% within-measurement and within-session with color coded warning, for optimal quality control with multiple trials capability (up to five measurements in one session with automatic selection of best three).
Z-score for predicted normal value % calculation
Automativ adjustment of stimulus amplitude based on patient impedance to maximize measurement quality (and for optimal patient comfort).
SVC for monitoring of restrictive patterns
IC for hyperinflation detection, pre-post testing for evaluating effect treatment
Self-contained and compact unit
Easily transportable allowing testing at bedside
Quiet operation with automatic active-wash silent fan for expired CO2 removal from the system
Wide 10.1 in (25.7CM) high-resolution color touchscreen for fast, easy and intuitive test management
Detailed report of results for further trending, analysis and statistics
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 08, 2023 09:59 am CDTSources 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 >