Louisiana Bids > Bid Detail

6515--Infusion IV and Patient Controlled Analgesic (PCA) Pumps

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159507752792382
Posted Date: Nov 10, 2022
Due Date: Nov 17, 2022
Solicitation No: 36C25623Q0142
Source: https://sam.gov/opp/311ed71814...
Follow
6515--Infusion IV and Patient Controlled Analgesic (PCA) Pumps
Active
Contract Opportunity
Notice ID
36C25623Q0142
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 10, 2022 02:49 pm CST
  • Original Response Date: Nov 17, 2022 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 27, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Overton Brooks VA Medical Center 510 East Stoner Ave Shreveport , LA 71101
Description
Page 2 of 2

1. Title: Infusion Intravenous (IV) and Patient Controlled Analgesic (PCA) Pumps

2. Purpose: The Network Contracting Office (NCO) 16 located at 5075 Westheimer Road, Galleria Financial Center, Suite 750, Houston, Texas, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the name brand or equal product for Infusion Intravenous (IV) Pumps with Minipoles and Patient Controlled Analgesic (PCA) 7 Pumps

Contractor shall provide all shipping, equipment, personnel, labor, and installation (if required) for brand name or equal product. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to questions below and review all attachments in their entirety.

Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement.

3. Objective: To find qualified and certified contractors with the capability to provide the following:

Three Hundred (300) Infusion Intravenous (IV) Pumps and Minipoles Brand Name or Equal to Plum 360 Brand.

The salient characteristics and specifications include, but not limited are:

The system must have automated secondary delivery-Pump can detect a
clamped secondary and alert clinician.
The system must have automated secondary delivery - Primary bag height does
not need to be changed to facilitate secondary delivery.
The system must have air trap - Pump will trap air and accumulate before alarm
thereby reducing alarm frequency.
The system must have lowest rate of infusion - pump lowest rate on infusion
is 0.1mL/hr.
The system must have syringe delivery- large volume pump has ability to infuse
syringes to patient without the need of special tubing.
The system must have bag height independence - pump does not need to have the bags
at a certain height in relation to the pump to maintain accuracy.
The system must have concurrent functionality - pump can run 2 medications, at
2 different rates, through 1 pump.

The system must comply to current Institute for Safe Medication Practices (ISMP) Guidelines.
The system must have distal occlusion restart - Pump has capability to restart
pump automatically when distal occlusion is detected.
The system must have back-prime - pump has ability to use the pump to
automatically remove air from the line.
The system must have set loading - pump can only be loaded one way. There is
no ability to misload the pump.
The system must have free flow protection - pump has tubing integrated, automatic
free flow protection.
The system must have Di-2-ethylhexyl phthalate (DEHP) free - all sets Di-2-
ethylhexyl phthalate (DEHP) free sets.
Twenty (20) Lifecare Patient Controlled Analgesic (PCA) 7 Pumps.

The salient characteristics and specifications include, but not limited are:

The system software must include asset tracking - pump software has the ability
to locate Infusion Pumps and Patient Controlled Analgesic (PCA) Pumps with
access point tracking.
The system must share a tracking dashboard for Patient Controlled Analgesic (PCA) and Infusion Pumps.

4. Place of Performance:
Overton Brooks VA Medical Center
510 East Stoner Ave
Shreveport LA, 71101

5. Responses Requested: The MEDVAMC requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research.

a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number.

b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications.

c. Does your company meet all required four prong factors for the Nonmanufacturer Rule (NMR) per guidance of SBA and 13 C.F.R. § 121.406 Offer must answer all questions below.

1. Does your company exceed the 500 employee alternative size standard for nonmanufacturers? _________
2. Is your company primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied? __________
3. Does your company must take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? __________
4. Does your company supply the end products of a small business manufacturer or processor made in the United States? ___
__________
d. Is your company considered small under the NAICS code 339112

e. Do you (offer) manufacture the product yourself or a distributor of the items being researched above?

f. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM).

g. Do you (offer) supply a product manufactured by another domestic small business, if it is a nonmanufacturer?

h. Do you (offer) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule?

i. Is your (offer) Buy American Certificate completed in SAM? Please provide evidence with response.

j. Is your (offer) Trade Agreement Certificate completed in SAM? Please provide evidence with response.

k. Information for the name brand or equal product being requested, is it manufactured outside the US-Domestic non-available?

l. Information for the name brand or equal product being requested, is it a foreign manufactured end product under the trade agreement?

m. What is your schedule of delivery after receipt of order for the name brand or equal product?

n. For the name brand or equal product required, Is your company available under any;

Government Wide Agency Contract (GWAC)
General Services Administration Schedules (GSA)
Indefinite Delivery Indefinite Quantity (IDIQ)
Blanket Purchase Agreement (BPA)

If so, please list the contract number for name brand or equal product.

o. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work.

p. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose.

6. Opportunity: NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives.

7. Instructions and Response Guidelines: Sources Sought responses are due by November 17, 2022 at 10:00 am (CST) via email to Seliste.acres@va.gov.

Telephone requests or inquires will not be accepted.

Public Information will not be provided and shall be utilized to the full extent possible.

This a New Requirement.

The subject line shall read: 36C25623Q0142 -RFI-Sources Sought- Infusion Intravenous (IV) and Patient Controlled Analgesic (PCA) Pumps Shreveport, LA. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(p).

Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team.

This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ.

8. Contact Information:
Contract Specialist, Seliste Acres
Email address: Seliste.acres@va.gov
Your responses to this notice are appreciated.

THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 10, 2022 02:49 pm CSTSources 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 >