Washington, DC Bids > Bid Detail

6515--Cardiopulmonary Exercise Testing Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159532317690944
Posted Date: Feb 24, 2023
Due Date: Mar 2, 2023
Solicitation No: 36C24523Q0370
Source: https://sam.gov/opp/3ef8f8373c...
Follow
6515--Cardiopulmonary Exercise Testing Equipment
Active
Contract Opportunity
Notice ID
36C24523Q0370
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 24, 2023 02:29 pm EST
  • Original Response Date: Mar 02, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 17, 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:
    Washington DC VA Medical Center (688) 50 Irving St. NW Washington , DC 20422
    USA
Description
The Washington, DC VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the product described in the Statement of Work below.

As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.

Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted because of this sources sought notice.

Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.

This service will be implemented using the North American Industry Classification System (NAICS) Code 339112.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to joseph.krupa@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than March 2, 2023, at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.



Statement of Work
Cardiopulmonary System
GENERAL:
Scope of Services:
The purpose of this requirement is to procure a full cardiopulmonary exercise testing system for the Pulmonary Section of the Washington DC VA Medical Center. The procurement includes a computer with monitor/keyboard/mouse, analyzer module, breathing circuit, pulse oximeter, nasal face masks, software, cart/mount, and printer. The requirement also includes electrocardiograph capabilities and a non-invasive blood pressure monitor for resting and exercise stress testing blood pressure. The exercise equipment included shall be a treadmill and stationary bike. The procurement shall include all parts, materials, labor, software/licenses, and travel to complete the full installation of the cardiopulmonary system.
Location: Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20422
Performance Period: Delivery within 90 days from contract award
WORK HOURS:
Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR).
Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.
National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination.
SPECIFICATIONS:
Technical Requirements
The procurement includes a quantity of one (1) cardiopulmonary exercise test computer system.
The system shall include a computer, monitor, keyboard, and mouse. The computer shall have a currently supported operating system.
The system shall include a cart and mounting system for the cart.
The system shall include the analyzer module for O2, CO2, and Multigas.
The system shall include a breathing circuit with an ultrasonic sensor, flow path valve, and DVT sensor.
The system shall have an incorporated pulse oximeter with finger, forehead, and ear sensor clips.
The system shall have face masks.
The computer shall be loaded with software.
The computer shall be on a cart with an arm having adjustable height.
The computer shall have a supported operating system.
The computer system shall include a keyboard and mouse that can be sanitized.
The computer system shall have a monitor of at least 32 inches.
The procurement shall include 3 L manual syringe, O2, DLCO and calibration gas regulators, 6 cynlinder gas stand, and MicroGard IIB and IIC filters.
The procurement includes Gases
3%CO .3%CH4 21%O2 BAL N2
99% Oxygen
16%O2 5%CO2 .3%CO/CH4/BAL N2 E Cyl
The procurement includes (2) sample lines.
The procurement includes a DVT volume sensor.
The procurement includes a non-invasive blood pressure monitor to take blood pressures during resting and exercise stress testing.
The blood pressure kit shall include adult cuff sizes, headphones, and cables.
The blood pressure system shall be able to connect to the stress testing system and computer to provide automated data.
The procurement includes the nasal masks in sizes XS, S, M, L.
The procurement shall include a 12-Lead ECG system for the metabolic cart. The ECG system shall be able to provide acquisition, evaluation, and reporting of ECG data.
The procurement includes a quantity of one (1) treadmill.
The treadmill shall have a weight capacity of at least 500 lbs.
The treadmill shall have a programmable controller.
The procurement includes a quantity of one (1) exercise bicycle.
The bike shall have incorporated blood pressure cuffs
The procurement includes one laser color printer with direct connection to the system.
The system shall include the software/application to perform the cardiopulmonary exercise testing studies.
The application shall be VA Technical Reference Model (TRM) approved in order to be used on VA IT computers in addition to the computers procured.
Contractor shall provide two copies of the operating and service manuals.
The equipment shall all be compatible and interoperable with the existing pulmonary testing equipment at the Washington DC VAMC. The Washington DC VAMC shall be able to swap equipment and components as needed between the current pulmonary systems and this procured system.
The equipment shall interface with the Washington DC VAMC s computerized health record. Reports from the studies shall be able to flow into the health record.
Networking Requirements.
The system requires connection to the VA network.
The Contractor shall complete the VA s required documentation.
Should the manufacturer of the equipment not have an approved Enterprise Risk Analysis completed, this will be required in order to fully install the system on the network.
Following purchase, the VA will provide specific network information for the configuration of the system.
If remote support is required, the Contractor must have a completed MOU/ISA.
Delivery Requirements
Delivery is required 90 days from award of the contract.
Large deliveries are to be coordinated in advance with the COR to ensure necessary planning takes place.
Contractor is to provide the COR with shipment tracking information.
Installation Requirements
Full installation of the system shall be included as a part of this contract.
All parts, materials, tools, labor, and travel to complete the installation shall be included as a part of this contract.
Contractor is required to complete all configuration for the system to be usable.
Contractor shall provide validation that the system is fully functional upon completion of the installation/implementation.
Patient Health Information
The Contractor shall safeguard patient health information.
The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information.
De-Installation Requirements
Contractor shall not remove any hard-drives or storage systems containing sensitive or patient health information.
Training Requirements
Contract shall include training for the end-users in the operation of the system.
Training shall be on the function and use of the device, in addition to any software/applications.
Training shall be on-site for six days (two sets of three days).
Contract shall include training for the technical professionals (Biomedical Equipment Support Specialists). Training shall cover the maintenance, troubleshooting, and basic repair of the system.
Contractor Requirements
All Contractor personnel performing installation services of the equipment shall have factory training and experience in the implementation of the equipment.
Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government.
Warranty Information
The equipment shall have a warranty of 4 years from the full installation/acceptance of the equipment.
The system shall also have client/device software management for 5 years from installation/acceptance of the system.
Warranty support shall include repair of the system
Warranty support shall include all parts, materials, labor, and travel to complete the repair/maintenance.
Requests for warranty support shall be made to the telephone support number provided by the Contractor.
Contractor shall perform any available system updates during the warranty period at the discretion of Biomedical Engineering.
Contractor shall provide a copy of the service report, complete with test data, to the contract COR within five working days after completion of any services.
Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided.
On-Site Procedures
Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department.
Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information.
Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure.
Contractor personnel shall sign out upon completion of visit.
Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas.
Safety and Security
Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact.
Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures.
Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.
Property Damage
The contractor shall take all necessary precautions to prevent damage to any Government property.
The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken.
Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer.

QUALITY ASSURANCE
End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional.
Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution.
Documentation with be completed in the Government systems.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24523Q0370.docx (opens in new window)
30 KB
Public
Feb 24, 2023
file uploads

Links
Display Name Updated Date
VA Home Page (opens in new window) Feb 24, 2023
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 24, 2023 02:29 pm ESTSources 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 >