Bid Opportunity: 6515--Ventilators

Customer Login

Government Bid Opportunity

Title:

6515--Ventilators

Category: 65 - Medical, Dental, and Veterinary Equipment

Get Started   

To view similar Open Bids we recommend the Federal, State & Local package.

Bid Details

     
Type:   Bid
Agency Type:   Federal
State:   Pennsylvania
Date Entered:   03/22/2023
Due Date:   03/27/2023
Agency:   VETERANS AFFAIRS, DEPARTMENT OF, PA
Description:   Ventilators for VA Medical Center Philadelphia, PAPurpose and Objectives: The intent of this Sources Sought Notice is to identify potential businesses, especially any Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) offerors capable of providing Ventilator Items as listed in the below General Requirements utilizing NAICS Code 339112.Responses to this Sources Sought Notice shall be submitted via e-mail at ronald.kline@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12:00 pm (EST) on Monday, March 27, 2023. GENERAL REQUIREMENTS:Background: Ventilators are used throughout the VA Philadelphia Medical Center to support respiratory patients requiring mechanical ventilation. The current fleet of noninvasive and transport ventilators will be replaced due to age. Due to COVID-19 concerns, and the ability to transition patients with fluctuating conditions, VA Philadelphia is requiring an all-in-one ventilator for both noninvasive (NIV) and invasive (IV) positive pressure ventilation. Must be capable of being connected to a remote alarm or nurse call system, in this case, specifically compatible with the Hill-Rom Voalte Nurse Call system.Must be compatible for usage with the Curaplex Nebulizer and Humidifier Heater for patient temperatures.Technical RequirementsVentilator (quantity 20): Pneumatic ventilation systemEquipment function transitionLung parameter estimationMonitoring capabilities for patients at or above 2.5 kg, for adult usageAbility to set up to 60 cmH20 peak pressureRange of therapy modesShall have all the required modes within one unit:A/C-PC: Assist control (pressure control)A/C-VC: Assist control (volume control)CPAP: Continuous positive airway pressurePSV: Pressure support ventilation S/T: Spontaneous/timed ventilationSIMV-PC: Synchronized intermittent mandatory ventilation (pressure control)SIMV-VC: Synchronized intermittent mandatory ventilation (volume control)AVAPS- AEPhysical Requirements:Weight: Maximum of 13.0 lbs. with detachable battery, maximum of 14.0 lbs. with oxygen blender and detachable batterySize: With oxygen blender: Not to exceed 8.0 D x 11.5 W x 10.0 HScreen dimensions (diagonal): At a minimum, 8 Ingress protection: IP22: protection against finger-sized objects and protected against dripping water when tilted up to 15 degreesOxygen (must meet minimal rates):Low flow: 0 to 30 l/min; maximum 10 psiHigh pressure: 280 to 600 kPa (41 to 87 psi)Colored Touchscreen Display (at a minimum must include the below parameters with the minimal ranges):Tidal volume (Vti or Vte) 0 to 2000 mlMinute ventilation (MinVent) 0 to 30 l/minLeak 0 to 200 l/minRespiratory rate (RR) 0 to 90 BPMPeak inspiratory flow (PIF) 0 to 200 l/minPeak inspiratory pressure (PIP) 0 to 90 cmH2OMean airway pressure 0 to 90 cmH2OPercentage spontaneous triggered breaths (%Spont Trig) 0 to 100%I:E ratio 9.9:1 to 1:9.9Dynamic compliance (Dyn C) 1 to 100 ml/cmH2ODynamic resistance (Dyn R) 5 to 200 cmH2O/l/secDynamic plateau pressure (Dyn Pplat) 0 to 90 cmH2OAuto-PEEP 0 to 20 cmH2OFiO2 with FiO2 sensor 21% to 100%SpO2 with pulse oximeter accessory 0 to 100%Pulse rate with pulse oximeter accessory 18 to 321 beats per minuteEtCO2 with CO2 accessory 0 to 150 mmHgElectrical:AC input voltage 100V-240V, 50/60 Hz, 1.7 0.6ADC input voltage 12/24V 6.5AInternal and detachable Li-ion batteries 15 hours nominal total run time minimum per method Charge time for detachable and internal battery 0% to 100%: 3.5 hours maximum time till chargeAlarms (at a minimum must include the below alarms with the minimal ranges):Inspiratory Pressure: 1-90 cmH2OTidal Volume: OFF, 10-2000 mLMinute Ventilation: OFF, 0.2-30 L/minRespiratory rate: OFF, 1-90 BPMCircuit Disconnection: OFF, 5-60 secApnea Interval: 5-60 secAlarm audio shall have settable volumes at low, medium and high (54 dBA to 85 dBA)Environmental Conditions (standard conditions for operating medical equipment):Temperature: 0 C to 40 CRelative humidity: 5% to 90% RH, non-condensingPressure: 62 to 106 kPaAltitude: -1261 to 12,971 feetBattery charging temperature: 5 C to 40 CCan be connected to a remote alarm or nurse call systemCompliant with IEC 60601-1-1 Medical electrical equipmentCompliant with ISO 80601-2-72, 80601-2-12, 80601-2-61, 80601-2-55 Removal battery includedInternal memory capacity: At a minimum, 2GbFDA 510K approvedAdditional Ventilator Components:Roll stand (with mounting bracket and assembly included); (quantity 20)Cylinder mounting (4.25 in) (mounting system for oxygen transport); (quantity 20)Oxygen manifold or transport kit (for connecting multiple O2 sources to the ventilator); (quantity 20)Circuit support arm (three segment); (quantity 20)Water bag pole for heater/humidifier (bracket included); (quantity 20)FiO2 Sensor Assembly (internal oxygen analyzer); (quantity 20)Oxygen quick connect (cable and syringe included or similar function assembly); (quantity 20)Accessories: All accessories required for ventilator functionality must be included in the base bundle cost (i.e., Dual Limb Active Exhalation Valve, AC Power Cord, Particulate Filter, Flexible Trach Adapter, etc.). Installation 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. 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. Training:Must provide both Clinical and Biomedical technician training. Clinical training must be provided for all staff (approximately 25 clinicians) on the usage of the equipment. Training must be provided on-site and at minimum 3 days for standard business hours. Biomedical technician training included will be good for (1) technician and tuition only. Any pre-requisite courses will be included in the cost. WarrantyAll 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. Place of Performance: Philadelphia VAMC, 3900 Woodland Ave, Philadelphia, PA 19104, Attn: BiomedRequest for Information InstructionsThe 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. 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) 339112. 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.)?Is your company considered small under the NAICS code identified under this RFI?Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?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.Does your company exceed 500 employeesPrimarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver?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).If you re a small business and you are an authorized distributor/reseller provide an authorized distributor letter 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?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 sub contracted work and completion of job.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.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?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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A(12) Please provide your DUNS 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 Ronald.kline@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on Monday, March 27, 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 the Contracting Officer Ronald Kline at ronald.kline@va.gov. Questions or Responses will include the Source Sought number 36C24423Q0619 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. 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 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 Officer at ronald.kline@va.govDISCLAIMER 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. In accordance with FAR 15.201(e), 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
244-NETWORK CONTRACT OFFICE 4 (36C244) Department of Veterans Affairs Medical Center 15215 1010 DELAFIELD ROAD PITTSBURGH PA 15215 Ronald Kline, Contracting Officer, Phone 412-822-3755, Email ronald.kline@va.gov
RFP Number:   36C24423Q0619
Bid Documents:   Download Document
The official solicitation bid document(s) posted by the agency, often including detailed specifications, requirements, forms and directions necessary for bid submission.
     

Related Info

More bids and rfps in:
Most popular bid categories:
Construction bids, Architectural and Engineering bids, Grounds and Landscaping bids, IT/Technology Consulting bids, Janitorial and Cleaning bids, Security and Safety bids, View all categories »
Most popular bidding states:
California bids, Texas bids, Florida bids, Massachusetts bids, Georgia bids, New Jersey bids, North Carolina bids, New York bids, View all regions »

Help Navigation

About GovernmentBids.com | Alternative To FBO | Help | Watch Overview | Site Map | Legal Notice | Privacy Policy | Terms & Conditions

Copyright © GovernmentBids.com - All rights reserved.