Special Notice
Request for Information Only
The Department of Veterans Affairs, NCO20 is looking for VIP certified Service Disabled Veteran Owned Small Business (SDVOSB) sources of the following.
STATEMENT OF WORK/SALIENT CHARACTERISTICS
Department of Veterans Affairs
Boise VA Medical Center
Overview: Boise VAMC requires Prospective contractors to provide the following intra-aortic balloon pump system Brand Name or Equal per FAR 52.211-6 Brand Name or Equal.
3 Each CMM-ST5 Starling TM SV Noninvasive Cardiac Output & Hemodynamic Monitoring System, with the following accessories and supplies: 3.7m patient cable, power cord
3 Each CMA-NIBP Starling TM SV NIBP Module, for use with Starling monitor product CMM-ST5. Includes reusable NIBP Cuff and Hose
1 Each CMS10 Cheetah Sensors (Box of 25)
1 Each CMS10 CHEETAH Sensors (Box of 10)
3 Each CMA-SPM30 Starling Pole Mount
Objective: Our objective is to provide Portland VAMC with necessary equipment in order to provide the best care for our veterans.
Salient Characteristics
Must meet minimum salient characteristics to be technically acceptable:
Salient document for Cheetah Starling TM SV Noninvasive Cardiac Output and Hemodynamic Monitoring System.
The noninvasive cardiac output monitor (NICOM) will be used to evaluate quickly a patient s fluid volume status in a noninvasive manner. It eliminates risk of infection and vascular damage associated with invasive Technology requiring arterial lines or central line placement. These will be used in ER, ICU, and SDU patients. It will help determine between Septic, Cardiogenic or Hypovolemic shock and determine if the patient is a fluid responder. It also guides fluid resuscitation in sepsis without overloading patient. It directly monitors the response of cardiac output changes due to therapeutic intervention in cases of cardiogenic shock. Also determines if low urine output is related to low cardiac output. All of these have very specific treatment decisions needed and if known quickly and early will improve patient outcome while simultaneously containing or avoiding costs. By quickly and noninvasively determine status of patient, we can save lives, shorten length of stay of the patient, and improve patient outcomes while saving large amounts of money.
The system needs to be 100% Noninvasive
Must monitor Cardiac output within 2 minutes of application of monitor.
Must determine Cardiac Output, Cardiac Index, Mean Arterial Pressure (MAP), Cardiac Stroke Volume,(SV1),, Stroke Volume Index, Heart rate, and Peripheral Vascular Resistance. (PVR) All parameters need to measured in real time
Must display values in graphics and digital form to trend parameters.
Must be portable and easy to take to patient
Must show correct and incorrect sensor placement.
Values cannot be affected by Vasopressor or Inotrope drugs.
This is not a request for competitive quotes; however, any firm that believes it can meet these requirements and is a VIP certified SDVOSB vendor may give written notification to the Contracting Officer within 7 days from the date of the publication of this synopsis.
Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 09/04/2017 1:00 pm EST.
In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan
2017. The North America Industry Classification System Code (NAICS) is 339112. Business
Size Standard is 1000 Employees.
Contracting Office Address:
Department of Veterans Affairs
NCO 20 Acquisitions
5115 NE 82nd Ave Suite 203
Vancouver, WA 98662
Contracting POC
Gregory Watson
360-553-7602
[email protected]
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. 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.
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. 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.
Bid Protests Not Available