Virginia Bids > Bid Detail

6515--VYNTUS One PFT Mobile Unit Brand Name This is not a request for quotes

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159391426854948
Posted Date: Apr 9, 2024
Due Date: Apr 12, 2024
Solicitation No: 36C24424Q0582
Source: https://sam.gov/opp/1c44a522d1...
Follow
6515--VYNTUS One PFT Mobile Unit Brand Name This is not a request for quotes
Active
Contract Opportunity
Notice ID
36C24424Q0582
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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 09, 2024 03:05 pm EDT
  • Original Response Date: Apr 12, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Corporal Michael J. Crescenz VA Philadelphia Healthcare Philadelphia , 19104
    USA
Description
HIS IS NOT A SOLICITATION ANNOUNCEMENT
THIS IS A REQUEST FOR INFORMATION

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 notice of intent to sole source. 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.

Statement of Work
Philadelphia VA Medical Center
VYNTUS ONE PFT System

1. Background
Pulmonary function testing is critical to diagnosing and managing respiratory conditions such as asthma, chronic obstructive pulmonary disease (COPD), and interstitial lung disease (ILD). The VYNTUS One and Body Box PFT system is the current unit utilized in the primary lab and CBOCs of the CMCVAMC pulmonary function clinic. The VYNTUS One PFT system offers advanced capabilities for comprehensive lung function assessment, aiding healthcare providers in making accurate diagnoses and treatment decisions.
2. Project Scope
The procurement will provide an additional unit for advanced pulmonary function testing via a mobile unit. This will enhance patient care and ensure compliance with regulatory requirements, such as the Biden PACT Act.
a. Compatibility
VYNTUS One is fully compatible with the current systems used in the main lab and CBOCs lending to full communication and testing consistency amongst all systems. Its integrated design allows for multiple tests, including spirometry, lung volumes, diffusion capacity, and bronchial challenge testing. This enhances efficiency and accuracy in assessments, benefiting both veterans and healthcare providers.
b. Technical Requirements
Software must be compatible with existing server.
HIS integration via HL7.
Infrastructure for data management.
Software package for measurement and report generation.
Must provide the following: dynamic lung volumes, static lung volumes, and CO-diffusion testing.
Spirometer must be capable of accumulating volume for > 15 s.
Measuring volumes > 8 L body temperature, pressure, water vapor saturated (BTPS) with an accuracy of at least + 3% or + 0.050 L.
Flow measurements between 0 and 14 L/s.
Total resistance to airflow at 14 L/s must be Total resistance must be measurable with a pre-filter between the subject and the spirometer.
Accuracy requirements must be met under BTPS conditions for up to eight successive forced vital capacity (FVC) maneuvers performed in a 10-minute period.
Display:
o Must display flow versus volume.
o Ability to overlay a series of flow-volume curves at point of maximal inhalation.
o Volume-time scale should be plotted at > 10 mm/L hardcopy, and 5 mm/L for screen display.
o Time scale should be > 20 mm/s for hardcopy, and 10 mm/s screen display.
Calibration:
o 3 L syringe must be provided (accuracy + 15 mL or + 0.5% of full scale).
o Recommendation must be provided for syringe calibration intervals.
Physical requirements
o Mobile cart must be supplied.
o Footprint of no more than 30 square feet.
3. Installment Requirements
Equipment setup, testing and Go-Live will be completed by the Contractor. Upon contract award, the Contractor must provide a project manager point of contact for contract kick-off to the Contracting Officer Representative. The Contractor will work with Biomedical Engineering staff to provide any additional documentation required and coordinate the necessary tasks for deployment of the new hardware. Engineers providing labor required for on-site installation shall be included under the terms and conditions of this contract and must be OEM trained.
4. Labor
All necessary labor must be included with the procurement. The Contractor shall have available standard weekday business hours (8 AM to 5 PM) and must re-schedule if there are impacts to patient care. Scheduling will be discussed with the Biomedical Engineering representative and coordinated with the Clinical end users.
5. Training
Must provide both clinical and biomedical technician training. Biomedical technician training included will be good for (1) technician and tuition only. Any pre-requisite courses will be included in the cost.
6. Warranty
All equipment procured under this contract will have a minimum one-year warranty for all parts and associated fees (i.e., labor and shipping). Contractor may provide optional add-ons for extended coverage as desired.
7. Delivery Location
Attn: Biomed Nicole Salerno
VA Philadelphia Medical Center
3900 Woodland Ave
Philadelphia, PA 19104
Prior to delivery, Contractor shall verify shipment with the designated Contracting Officer Representative. Once confirmed, tracking information, quantity and estimated arrival shall be provided.
The Contractor must comply and provide all necessary verification and information to the VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government.
8. Delivery Coordination
Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number
9. Additional Charges
There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation.
10. Waste Management
Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash.
11. Confidentiality and Nondisclosure
It is agreed that:
a. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.
b. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response.
c. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
12. Identification, Parking, Smoking, Cellular Phone Use and VA regulations
a. The contractor's FSE shall always wear visible identification while on the premises of VAPHI. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name.
b. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. VAPHI will not invalidate or make reimbursement for parking violations of the contractor under any conditions.
c. Smoking is prohibited inside any buildings and on premise at VAPHI. This covers all smoking and tobacco products, including but not limited to:
i. Cigarettes
ii. Cigars
iii. Pipes
iv. Any other combustion of tobacco
v. Electronic nicotine delivery systems (ENDS), including but not limited to electronic or e-cigarettes, vape pens, or e-cigars.
vi. Chewing tobacco
d. Cellular phones and two-way radios are not to be used within six feet of any medical equipment.
e. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court.
13. Contractor Personnel Security Requirements
Contractor may not have access to the VA network or any VA sensitive information under this contract.

Contractor owned computer equipment including laptops are not permitted to be connected to the VA network. Any removable storage device used in medical equipment must be scanned by Biomed or OIT.
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?
(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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.
(6) 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?
(7) 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.
(8) 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.
(9) 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?
(10) 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.
(11) Please submit your capabilities regarding the brand name equipment.
(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
This Intent to Sole Source Notice RFI (Request for Information) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to andrew.taylor3@va.gov no later than 4 PM Eastern Standard Time (EST) on April 12, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0582 in the subject of the email response.
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 Contracting Officer Andrew Taylor.
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 this Intent to Sole Source Notice to be considered for a set-aside. 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 Officer at andrew.taylor3@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.
End of Document
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 03:05 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 >