Sources Sought Notice
Sources Sought Notice
Sources Sought Notice
*= Required Field
Sources Sought Notice
1.0 DESCRIPTION
The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Defibrillators product line as a candidate for a VA-wide (otherwise referred to as national ) multiple award Blanket Purchase Agreement (BPA).
The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance is for a 60-month ordering period from the date of award.
The SAC in conjunction with VHA is seeking a qualified sources to manufacturer on an agency wide basis. VA intends to award a multiple award BPA with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) to suppliers of this equipment. Vendors will be required to deliver Defibrillators to VA medical centers and facilities throughout the United States.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and the associated size standard is 1,250 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at https://veterans.certify.sba.gov/#search at the time of quote submission.
This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a BPA, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes
2.0 SCOPE
Defibrillators, manual and automatic, deliver a high-voltage electrical impulse to the heart in order to restore normal rhythm and contractile function in patients who are experiencing ventricular fibrillation (VF), ventricular tachycardia (VT), or another shockable rhythm. An ECG monitor included with the unit is used to verify the presence of a shockable rhythm and the effectiveness of treatment.
Defibrillators typically have three different types of operation: external defibrillation, internal defibrillation, and synchronized cardioversion. Defibrillators designed for use on adult patients should have energy settings of 20 to 200 J or 2 to 360 J. Those used for neonatal/pediatric, internal, or synchronized cardioversion applications should have additional low energy settings of 2 to 50 J. Defibrillators can be equipped with optional monitoring capabilities, such as pulse oximetry (SpO2), end-tidal carbon dioxide (EtCO2), and noninvasive blood pressure (NIBP).
The following line item comprise the Defibrillators product line:
CLIN #
DESCRIPTION
YEAR ONE
YEAR TWO
YEAR THREE
YEAR FOUR
YEAR FIVE
0001
Defibrillator Manual
433
294
319
14
273
0002
Defibrillator Automated External
774
406
124
294
75
Vendors who propose brands that meet all the minimum technical requirements (MTRs) below, should provide that information in the chart below in their response to this Sources Sought Notice.
MANUFACTURERS
PART NUMBERS
DESCRIPTION
YEAR ONE
YEAR TWO
YEAR THREE
YEAR FOUR
YEAR FIVE
433
294
319
14
273
774
406
124
294
75
The Department of Veterans Affairs (VA) is seeking vendors who can provide Defibrillators identified above which meet all the following minimum technical requirements (MTRs). Vendors are encouraged to provide any product solution or configuration so long as they meet the MTRs. Additionally, vendors responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number.
For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified below. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required.
MTRS #
MINIMUM TECHNICAL REQUIREMENTS
(MTRS)
METHOD OF EVALUATION
APPLICABLE
CLINS
VENDOR S PROVIDE PAGE # WHERE EACH MTR IS MET IN YOUR TECHNICAL LITERATURE
MTR 1
ECG Monitoring
Literature Review
0001
MTR 2
Must have Automatic External Defibrillation Mode
Literature Review
0001
MTR 3
Must Deliver Electric Current by Biphasic Waveform
Literature Review
0001
MTR 4
Lead Fault Indicator
Literature Review
0001
MTR 5
Real Time CPR Feedback
Literature Review
0001 - 0002
MTR 6
FDA Approved
Literature Review
0001 - 0002
MTR 7
Visual Prompts
Literature Review
0002
MTR 8
Voice Prompting
Literature Review
0002
MTR 9
CPR Technique Instruction
Literature Review
0002
MTR 10
Self-Test
Literature Review
0002
Responses to this Sources Sought Notice shall include the following:
Full name and address of company
DUNS number/ CAGE Code/ SAM UIE
Business Size
Manufacturer or Distributor
If distributor provide full name, business size and address of manufacturer
Country of Origin designation for all products
Ability to provide uninterrupted supply of products on a national scale
Technical Literature that clearly shows product(s) meet the identified minimum technical requirements (MTRs) and page numbers where each MTR is met
Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified
Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement