Virginia Bids > Bid Detail

6515--Brand Name Only. Itamar Medical - Watch-PAT 300, and Central Plus Add-on Kits with RESBP-WP300. 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: NBD00159931193596048
Posted Date: Nov 25, 2022
Due Date: Dec 2, 2022
Solicitation No: 36C24423Q0176
Source: https://sam.gov/opp/27163d1b73...
Follow
6515--Brand Name Only. Itamar Medical - Watch-PAT 300, and Central Plus Add-on Kits with RESBP-WP300. This is NOT a Request for Quotes.
Active
Contract Opportunity
Notice ID
36C24423Q0176
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?

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: Nov 25, 2022 04:59 pm EST
  • Original Response Date: Dec 02, 2022 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 31, 2023
  • 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:
    Altoona VA Medical Center , 16602
    USA
Description
STATEMENT OF NEED

Title of the project: Watch-PAT 300, and Central Plus Add-on Kits.

Purpose of project: The Altoona VA Medical Center is requesting the Brand Name Only procurement of twenty (20) Watch-PAT 300 s and twenty (20) Central Plus Add-on Kit s with RESBP-WP300 s. These are portable units that are worn by the patients at their home. These units monitor the sleeping cycles and then returned to the facility for analysis.

Background: The Altoona VA Medical Center currently uses this equipment in the facility, but additional units are now needed because of the growth in patient need for sleep studies being conducted at the Altoona VA Respiratory Clinic.

This device provides a comprehensive analysis of a patient s sleep patterns combined with exceptional ease of use for the Veteran patients. Most Home Sleep Testing (HST) devices require a complex set up including belts, cannulas, etc., which can be exceptionally challenging for many of our patients, resulting in poor or no results from studies. This device s simple set up process has resulted in a significant increase in successful testing for our patients and has been used previously with great results.

Watch-PAT300 is the only HST that can measure a patient s sleep stage. This data is critical to developing a plan of treatment for the care of the patient.

This device is also compatible with currently utilized software and programs being utilized in the sleep lab at the Altoona VA Medical Center. The sleep lab staff are well accustomed to analyzing the data from these units and will not require any training or additional down time.

Tasks and deliverables:
(20) Watch-PAT300 #AC21107XX
(20) Central Plus Add-on Kit with RESBP-WP300 #AC30003XX

Salient Characteristics:
Must be able to monitor:
Apnea/Hyponea per hour (AHI)
Apnea/Hyponea per hour (Central AHI_
Apnea Episodes
Snoring and Body Position
Oxygen and Heart Rate
Sleep Stages
Uses PAT technology
Comes with embedded actigraph
Comes with hospital grade power cord
Comes with embedded pulse oximeter
Comes with embedded CPU and electrical circuit card
Comes with embedded micro-SD card drive
Comes with rechargeable lithium-ion battery
Comes with LCD display
Comes with oximetry probe
Comes with wrist strap
Has snore and body position sensor
Comes with tamper proof bracelet
Comes with AC adaptor
Comes with USB cable
Comes with carrying case
Can perform and score sleep studies
Has the option to add Central apnea detection
The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals.
Specifications as set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the instrument.
The offeror shall meet or exceed the minimum requirements and shall be held responsible for the performance and overall quality of the requested instrument during the instrument s warranty period.
The instruments, based upon the specifications requested, shall be the newest and the most current model. A refurbished is not acceptable.

Delivery Location:

All items must be FOB Destination, 30 Days ARO, to the following location:

Altoona VA Medical Center
Attn: (VA Purchase Order #)
2907 Pleasant Valley Blvd.
Altoona, PA 16602

Monday Friday from 7:00am 3:00pm (excluding federal holidays).

Instructions:
The information identified above is intended to be descriptive, of the Brand Name only Itamar Medical s Watch-PAT 300, and Central Plus Add-on Kits with RESBP-WP300, 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.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510.

Please answer the following questions:
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 RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than Friday, 4 PM Eastern Standard Time (EST) on December 3, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0176 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 Specialist, David Santiago.
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 website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought 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 (RFI). Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@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
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 25, 2022 04:59 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 >