VHA Regional Procurement Office-East
NETWORK CONTRACTING OFFICE 2
Albany-Stratton/Bath/Bronx/Canandaigua/Northport/Syracuse Medical Centers
Hudson Valley/New Jersey/New York Harbor Healthcare Systems
WNY Upstate New York Healthcare System
Page 2 of 2
Department of Veterans Affairs, Network Contracting Office 2, is issuing this Notice of Intent to Sole Source to identify any potential sources that have the resources and capabilities to provide a comprehensive vehicle for.
SERVICES REQUIRED
This MGC Hypair is replacing equipment which was previously purchased in 2017. This will provide an additional pulmonary function evaluation suite to be used for research testing at the Airborne Hazards and Burn Pits Center of Excellence (AHBPCE) at the New Jersey War Related Illness and Injury Study Center (WRIISC). The Hypair System will provide a unique DLCO-NO dual diffusion method for assessing gas exchange in veterans. This device will allow the AHBPCE to quantify diffusion capacity for deployed veterans.
Specifications
Hardware
Hardware
Full MGC Pulmonary Function Expair II Software
Physical Dimensions Module (H x W x D) Weight: cm 13,7 x 40 x 34 inches 5,4 x 15,7 x 13,3 12 Kg 26,5 lbs.
Physical Dimensions Trolley (H x W x D) Weight:
Power supply: cm 140 x 73 x 55 (standing) inches 55 x 28,7 x 21,7 35 Kg 77 lbs. 230 VAC 50 Hz or 115 VAC 60 Hz
Power consumption: 100 VA (module)
Warmup time: 20 min. Meets all electrical safety requirements: EN60601-1
Classification: IIa
CE MARK: MDD: CE 1434 93/42/EC and harmonized standards
Computer interfacing: Windows 10 Pro Serial interface RS232 USB 2.0 / 3.0
Ambient conditions for use Temperature: 10 - 35°C Relative humidity: 25 to 85 % (non-condensed) Barometric pressure: No restriction
Features
Double Gas (CO-NO) testing
Expair II software
preVent flow sensor.
Patient report capability
Standard and use defined protocols.
Place of Performance
Vendor to deliver and install equipment to VANJHCS East Orange Campus (11-190).
385 Tremont Ave
Bldg 1, rm 11-190
East Orange, NJ 07018
INTERESTED & CAPABLE RESPONSES:
NCO 2 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your:
Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address), GSA Contract number if applicable, and DUNS number.
Capability statement must provide detailed and specific information that would demonstrate a capability to perform the tasks as stated in the attached Statement of Work. Failure to tailor capability statement to this specific requirement may result in your company being determined non-responsive.
Responses must be submitted by 3:00 PM EST August 19, 2024. Responses to the information requested above may be submitted via email to William.Brewington@va.gov.
This Special Notice of Intent to sole source is for planning purposes ONLY. The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.