United States - 65--MRI MONITOR SYSTEM
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 10 May 2019
- Opportunity publication date
- 08 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 07, 2019 5:02 pm
THIS REQUEST FOR INFORMATION (RFI) 36C26219Q0683-IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 750 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Medical Equipment that at a minimum meets the following salient characteristics with brand name for the VA San Diego Healthcare System:
MEDICAL EQUIPMENT:
3880-3 1 3880 MRI STANDARD MONITOR SYSTEM
3880-3 1 EA
3885 2 MRI MONITOR REMOTE SYSTEM 3885 1 EA
1891 3 POLE MOUNTS, ROTATING 3880 MONITOR
1891 1 EA
1119M 4 ROLL STAND, NON-MAGNETIC, 3880
MONITOR 1 EA
1811 5 CABLE SET, 5-LEAD ECG, ePOD (AAMI) 1 EA
1882-3 6 PAPER, PRINTER, PKG. OF 3 1 EA
8700 7 TRAINING, 2 DAY 3880 MONITOR SYSTEM 1 EA
SALIENT CHARACTERISTICS
We need an MRI Monitoring system. This system MUST BE or have:
Portable
Non-Magnetic
MRI Safe
FDA cleared to safely operate in 30,000 Gauss (3T)
An integrated peripheral capillary oxygen saturation (SpO2) monitoring device
Weigh less than 10 pounds
Flexible mounting options for patient transporting
Wireless invasive blood pressure capabilities
Able to turn on unit, warm up and operate within 5 seconds
Extended Range, non-magnetic hand-held tablet for remote monitoring
A monitor that self-charges its wireless components
No batteries needed for wireless components
Detectable respiration flow rates of less than 80ml/min
Minimum 5 lead ECG
Offer a loaner system if current system needs repair.
The 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.
If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicates 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), Hub zone, 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, May 10, 2019 @3:00p.m. PST. A solicitation will be issued later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Opportunity closing date
- 10 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Veterans Affairs Department of Veterans Affairs United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.