Sources Sought: VA259-17-N-0276
Anesthesia Machines and Ventilators Denver and Aurora, Colorado VA Medical Centers
This is Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal. An award will not be made on offers received in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing information provided.
Responses shall be submitted by 2:00pm EST on Monday, March 6th, 2017.
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Own Small Business (SDVOSB) vendors relative to the North American Industry Classification System (NAICS) Code 339112.
Department of Veterans Affairs, Network Contracting Office 19 (NCO19) is seeking responses to this request for information from interested, capable firms that can meet the requirements set forth below;
The overall purpose is to provide Anesthesia Machines and Ventilators to the Denver Veteran s Administration Medical Center, located at 1055 Clermont Street, Denver, CO 80220 and the VA Eastern Colorado Health Care System (ECHCS), located at 1700 N. Wheeling Street, Aurora, CO 80045.
Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply product with the salient characteristics outlined in this request. In addition to providing all documents necessary to validate the above requirements can be met (or exceeded), interested vendors shall include with their response:
Complete Company Name and Address:
DUNS Number:
Applicable NAICS Code and Business Size:
Company Point of Contact (PCO)
Name:
Email Address:
Phone Number:
Teaming Agreements or Joint Venture Partners (if Large Business):
Delivery and installation lead-time:
Place of Manufacture:
State if items are available through an existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.
REQUIREMETS (BRAND NAME OR EQUAL TO):
PURPOSE
The purpose of this requirement is to deliver and install Anesthesia Machines as part of the initial outfitting of the newly constructed VA Eastern Colorado Health Care System, Replacement Facility, located at 1700 N. Wheeling Street, Aurora, CO 80045.
SCOPE
The Contractor shall deliver and install all items listed in section 2.5.
All items must meet all salient characteristics defined in section 2.5.
Installation must meet manufacturer specifications.
The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation.
2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS
2.5.1. Anesthesia Apparatus, 3 Gas (JSN M0630)
Quantity: 8
Basis of Design: Drager Medical, Inc., Perseus A500
Specifications/Salient Characteristics
The item shall be a complete anesthesia delivery system suitable for adult patients.
The item shall be continuous flow design with the choice of flow control valves or an electronic mixer for O2, N2O, and Air, and up to three (3) removable mount vaporizers.
The item shall be suitable for low and minimal flow inhalation anesthesia
The main unit shall include the following:
Precise, turbine driven ventilator (No driving gas required)
Heated, compact breathing system
Time-based fully automatic start-up and self-test functionality
Internal, sealed gelled lead acid battery backup power for up to 150 minutes, minimum 30 minutes operation time when fully charged
Integrated RFID technology
LCD status display for gas and power supplies as well as airway pressure
RS 232 (two ports) interface with data import and export, supports MEDIBUS and Vitalink protocol
The item shall utilize integrated gas monitoring to include inspiratory and expiratory gas mixture, automatic identification of two (2) anesthetic agents, age corrected display of MAC value, consumption-free oxygen monitoring, measurement of gas consumption.
The item shall include a 15.3-inch (or larger) color touch screen display with standardized user configurable interface, display of fresh gas efficiency (minimal flow), and display of three (3) waveforms, parameters, and mini trends simultaneously.
The item shall be mounted on a mobile trolley containing the following:
Four (4) integrated power outlets with main hospital grade power switch and circuit breakers for each power outlet
The following options/accessories shall be included:
Electronic 3-gas mixer with advanced cylinder support vapor communication
Auto exclusion, 3 Vaporizer
Vapor communication, 3 Vaporizer
Mounting pole (right side)
Additional hospital grade power strip
Cylinder holder, pin index
Pressure reducer central gas supply hoses, Pin Index for O2, N2O & Pressure
Flexible breathing bag arm for connecting the manual breathing bag
Control valve NPT
Endotracheal suction DISS, VAC
Pressure gauge
Large drawer module
Box with writing tray
Top shelf with additional storage capacity on top of the workstation, up to 20kg, pivotable, flexible positioning, mounted on GCX rail
Adapters for O2, N2O, Medical Air, Vacuum, WAGD, DISS-Chemetron
15-foot Central Supply hoses for O2, N2O, Medical Air, Vacuum, Evac DISS-Chemetron
The item shall include the following Software Options:
Airway pressure release ventilation management (APRV) ventilation model with two CPAP levels
Pressure Support (PS) ventilator is able to recognize and support the patient s breathing efforts
Breathing Sound Em.
Approximate Dimensions:
45 W x 31 D x 58 H
Power Requirements:
120V, 60Hz
NEMA 5-15R hospital grade plug
2.5.2. Anesthesia Apparatus, 3 Gas, Procedure (JSN M0630.B)
Quantity: 6
Basis of Design: Drager Medical, Inc., Fabius Tiro
Specifications/Salient Characteristics
This item shall be a complete anesthesia machine/delivery system suitable for adult patients.
This item shall be able to accommodate low-flow anesthesia
Mechanically controlled fresh gas delivery with electronic measurement and display
The basic unit shall include the following:
Sensitive oxygen ratio controller (minimum O2 concentration of 23% in fresh gas flow)
Range of fresh gas flow indicates 0 L/minute to 12 L/minute
Manual ventilation during power off, standby, and start-up
Internal, sealed gelled lead acid battery backup for up to 120 minutes, minimum 45-minute operation time when fully charged
Pressure gauges for central gas supply
RS 232 (two ports) interface with data import and export, supports MEDIBUS and Vitalink protocol
Pull out writing tray
Top plate and standard rails for mounting workstation components
The item shall include a piston type ventilator with the following capabilities:
Integrated electronically controlled and electrically driven ventilator with no driving gas required
Volume control ventilation with 20 to 1400 mL VT with compliance compensation
Prepared for additional ventilation modes via software upgrades
The item shall include a compact breathing system with the following capabilities:
Integrated flow measurements
Fresh gas decoupling for accurate tidal volume delivery independent from the set fresh gas flow
Pivot, adjustable via hinged arm
The item shall include an integrated high contrast 6.5 inch (or larger) TFT screen:
Displays of all relevant parameters including airway pressure curve
Standard user interface with select-adjust-confirm concept and password protected settings
The following options/accessories shall be included:
Vaporizer plug in system
Pin index cylinder suspension (single) for O2 and N2O central gas supply
Power outlet strip 4 receptacle
Color screen
Cosy 2.6 with heating
COSY arm 200mm in length, left
Moisture reduction kit, left
Flexible arm for connecting manual breathing bag
Mechanical airway pressure gauge
Pressure port guards
CLIC absorber adapter
Anesthetic gas recovery system with 1m (or longer) transfer hose, and rail clamp for GCX
Endotracheal vacuum suction kit, DISS, VAC-Driven
Auxiliary O2 flowmeter
Set of two (2) rail mounted handles mounted on both sides of unit for transporting and moving of unit
Park holder for two (2) Drager vaporizers on GCX rail
Sample gas return line
Adapter for O2, N2O, Medical Air, Vacuum, WAGD, DISS-Chemetron
15-foot Central Supply hoses for O2, N2O, Medical Air, Vacuum, Evac DISS-Chemetron
GCX conversion kit
Hospital grade electrical power strip mounted to unit
CLIC Absorber
Software Options:
Pressure control ventilation(PCV) with adjustable settings for inspiratory pressure, respiratory rate, PEEP, TI:TE, inspiratory flow, and alarm rates
Pressure Support (PS) with adjustable settings for level pf support pressure, minimum respiratory rate for apnea ventilation, trigger sensitivity, inspiratory flow, PEEP, and alarm limits
SIMV/PS with adjustable settings for Pressure limitation, tidal volume, respiratory rate, support pressure, PEEP, trigger sensitivity, inspiratory flow, SIMV inspiratory time, and inspiratory pause time: inspiratory time
Software must be compatible with existing Veteran s Administration network and systems.
Approximate Dimensions:
30 W x 33 D x 54 H
Power Requirements:
120V, 60Hz
NEMA 5-15R hospital grade plug
2.5.3. Anesthesia Apparatus, 3 Gas, MRI (JSN M0630.A)
Quantity: 1
Basis of Design: Drager Medical, Inc., Fabius MRI
Specifications/Salient Characteristics
The complete anesthesia machine/delivery system for use in MRI Suite and suitable for adult, pediatric, and neonatal patients. Suitable for low-flow anesthesia.
The item shall be approved for operation in MRI Scanner rooms with 1.5 and 3.0 tesla magnets at a fringe field strength of up to 40 mTesla (400 Gauss)
The main unit shall have the following capabilities:
Two (2) additional large optical alarm indicators (LED)
Two (2) independent tesla sensors with acoustic alarm for 40 mTesla limit
3-gas version O2/N2O/Air
Mechanically controlled fresh gas delivery with electronics measurement and display
Double vapor mount
Sensitive oxygen ratio controller
Additional O2 flow tube for independent O2 dosage
Connections for certified gas cylinders used in MRI
Internal, sealed gelled lead acid battery backup for monitoring and ventilation for up to 120 minutes, minimum 45 minutes operation time when fully charged
Two (2) integrated hospital grade electrical power outlets
Pull out writing tray
Three (3) storage drawers
RS 232 (two ports) interface with data import and export, supports MEDIBUS and Vitalink protocol
The item shall have a piston ventilator, with the following capabilities:
Integrated electronically controlled and electrically driven ventilator requiring no driving gas
Manual/spontaneous, volume control, pressure control, and pressure support ventilation modes
SIMV/PS mode for synchronized, volume controlled ventilation with optional pressure support, modes
Compliance compensation in volume controlled ventilation modes, and fresh gas decoupled
The item shall have a compact breathing system with integrated flow measurement, swivel arm for mounting on left or right side of unit
The item shall have an integrated ventilation monitor, with the following capabilities:
VPO monitoring (volume ventilation pressure, and O2)
Integrated high contrast 6.5 inch (or larger) TFT color screen
Display of all relevant ventilation parameters including airway pressure curve
The item shall be configured as follows:
Equipment according to standard device with US color coding (O2: green, Air: yellow, and N2O: blue
Supply gas cylinder size E, pin index system
Additional pressure gauges per gas type(front) for measuring the cylinder pressure, Vaporizer plug-in system for auto exclusion, virtual flow tubes displayed on the screen (O2, Air, and N2O)
Compact breathing system (COSY) with integrated oxygen measurement for the determination of Fi O2, moisture reduction kit, #8 hinged arm with pressure gauge for displaying the ventilation pressure, fixed breathing bag arm, and 3 gas configuration: O2, Air & N2O
Ventilator and Display
Arm COSY, 8 inch with pressure indicator
Breathing bag arm fixed, moisture reduction kit, left with moisture trap mounted on left hand side of unit, with breathing hose E 110cm and 150cm silicone hose for adults
The following accessories/options shall be included:
Anesthesia gas recovery system (AGS) with transfer hose 1m (or longer) in length, holder for AGSCOSY Adapter for 30mm AGS transfer hose connection
Endotracheal suction, DISS connector, vacuum driven, rail mount ejector laterally mounted GCX rail
Two (2) sets of handles
Cover kit for GCX rails
Sample gas return set
Central supply hoses (O2, N2O, Air, Vac, and Evac), with DISS to DISS, length 15 ft (or longer), and adapters DISS to Chemetron
Ten (10) disposable breathing circuits approved for use in MRI Scanner with 2 breathing hoses 300cm in length, latex-free smoothbore, Y-piece, elbow with luer lock
One (1) CLIC adapter, and six (6) CLIC absorbers
Approximate Dimensions:
39 W x 35.5 D x 55 H
Power Requirements:
120V, 60Hz
NEMA 5-15R hospital grade plug
2.5.4. Vaporizer, Anesthesia Gas, Isoflurane (JSN M0630.E)
Quantity: 9
Basis of Design: Drager Medical, Inc., Vapor3000
Specifications/Salient Characteristics
The item is an anesthetic vaporizer for volatile anesthetic agent Isoflurane
The item shall be used for the fresh-gas circuits of anesthesia workstations
The item shall include a T setting for intrahospital transport in any position while filled with anesthetic agents
The item shall have a 300 mL liquid filling capacity
Approximate Dimensions:
4.25 W x 7.4 D x 10 H
2.5.5. Vaporizer, Anesthesia Gas, Sevoflurane (JSN M0630.F)
Quantity: 9
Basis of Design: Drager Medical, Inc., Vapor3000
Specifications/Salient Characteristics
The item is an anesthetic vaporizer for volatile anesthetic agent Sevoflurane
The item shall be used for the fresh-gas circuits of anesthesia workstations
The item shall include a T setting for intrahospital transport in any position while filled with anesthetic agents
The item shall have a 300 mL liquid filling capacity
Approximate Dimensions:
4.25 W x 7.4 D x 10 H
2.5.6. Vaporizer, Anesthesia Gas, Desflurane (JSN M0630.D)
Quantity: 9
Basis of Design: Drager Medical, Inc., D-Vapor3000
Specifications/Salient Characteristics
The item is an anesthetic vaporizer for the delivery of Desflurane
The item shall include an internal battery to provide a maximum of 5 minutes back-up power during main power failure
The item shall have a concentration range of 2 to 18% volume
The item shall include a T setting for intrahospital transport in any position while filled with anesthetic agents
The item shall have a 300 mL liquid filling capacity
Approximate Dimensions:
4.25 W x 7.4 D x 10 H
2.5.7. Vaporizer, Anesthesia Gas, Sevoflurane (JSN M0630.G)
Quantity: 7
Basis of Design: Drager Medical, Inc., Vapor2000
Specifications/Salient Characteristics
The item is an anesthetic vaporizer for volatile anesthetic agent Sevoflurane
The item shall be used for the fresh-gas circuits of anesthesia workstations
The item shall include a T setting for intrahospital transport in any position while filled with anesthetic agents
The item shall have a 300 mL liquid filling capacity
The item shall be approved for operation in MRI Scanner rooms
Approximate Dimensions:
4.25 W x 7.4 D x 10 H
2.5.8. Vaporizer, Anesthesia Gas, Desflurane (JSN M0630.H)
Quantity: 6
Basis of Design: Drager Medical, Inc., D-Vapor2000
Specifications/Salient Characteristics
The item is an anesthetic vaporizer for the delivery of Desflurane
The item shall include an internal battery to provide a maximum of 5 minutes back-up power during main power failure
The item shall have a concentration range of 2 to 18% volume
The item shall include a T setting for intrahospital transport in any position while filled with anesthetic agents
The item shall have a 300 mL liquid filling capacity
Approximate Dimensions:
4.25 W x 7.4 D x 10 H
DELIVERY AND INSTALLATION
COORDINATION:
The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On Site Point of Contact. The On Site Point of Contact will be designated after contract award.
The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.1.0.3 below to determine delivery and installation dates.
The Contractor shall verify delivery date three business days prior to scheduled delivery.
DELIVERY
Delivery Timeframe: See below.
Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO and to replace items at the current medical facility. The delivery requirements necessitate a phased delivery (See section 2.6.2.1.02). Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1 Coordination).
The following are required to be delivered to Veteran s Administration Medical Center Denver, 1055 Clermont Street, Denver, CO 80220 immediately upon award:
2.5.1 Anesthesia Apparatus three gas QTY (8)
2.5.2 Anesthesia Apparatus three gas, Procedure QTY (4)
2.5.3 Anesthesia Apparatus, 3 Gas, MRI QTY (1)
2.5.4 Vaporizer, Anesthesia Gas, Isoflurane QTY (9)
2.5.5 Vaporizer, Anesthesia Gas, Sevoflurane QTY (9)
2.5.6 Vaporizer, Anesthesia Gas, Desflurane QTY (9)
2.5.7 Vaporizer, Anesthesia Gas, Sevoflurane QTY (7)
2.5.8 Vaporizer, Anesthesia Gas, Desflurane QTY (6)
The following are required to be delivered to VA Eastern Colorado Health Care System (ECHCS), located at 1700 N. Wheeling Street, Aurora, CO 80045, no earlier than 7/3/17 and no later than 9/30/2017.
2.5.2 Anesthesia Apparatus three gas, Procedure and associated equipment/accessories QTY (2)
The Contractor shall contact the On Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 30 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government.
Delivery Location: Contractor shall deliver all equipment as detailed in section(s) 2.6.2.1.01 and 2.6.2.1.02.
Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number.
A pre-delivery meeting will be conducted 45 days prior to initial award delivery date for verification of delivery and installation dates.
Delivery and Installation will be coordinated through the On Site Point of Contact.
INSTALLATION
The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards.
Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay).
The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises.
The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below).
The Contractor shall have personnel onsite at the Clermont location for five (5) days to assist clinical staff in operating the equipment during initial use.
SITE CONDITIONS (VA Eastern Colorado Health Care System (ECHCS), 1700 N. Wheeling Street, Aurora, CO)
Delivery may occur while the construction contractor is still working on the facility.
Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the On Site Point of Contact when coordinating delivery and installation.
There shall be no smoking, eating, or drinking inside the construction site at any time.
INSPECTION AND ACCEPTANCE
The Contractor shall conduct a joint inspection with the On Site Point of Contact upon completion of installation.
In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation.
The Contractor shall conduct a joint inspection with the On Site Point of Contact after addressing all deficiencies.
All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item.
Disputes shall be resolved by the Contracting Officer.
Operation and Maintenance Manuals
Binders - Quantity (2) each for items identified in section 2.5.
Digital Copies - Quantity (1) each for items identified in section 2.5.
Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On Site Point of Contact upon completion of installation.
PROTECTION OF PROPERTY
Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor.
Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors.
The Contractor shall perform an inspection of the building(s) and grounds with the On Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work.
The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation.
SECURITY REQUIREMENTS
Security background checks are not required.
WARRANTY
The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery.
The warranties shall include all travel and shipping costs associated with any warranty repair.
TRAINING
The Contractor shall provide off-site technical training seminars for two (2) hospital-employed biomed employees and three (3) anesthesia clinical staff members. These seminars will train staff in preventative maintenance and troubleshooting. Scheduling of the training will take place following award and will be coordinated with End Users and VA staff as required.
In addition, the Contractor shall provide on-site training at the Veteran s Administration Medical Center Denver, 1055 Clermont Street, Denver, CO 80220 to 35 anesthesia providers and anesthesia techs, to include an overview of how to use the machine as well as basic self-testing and leak-testing. On-site training will be scheduled as so all providers and techs are comfortable with the equipment.
TRADE-IN
If trade-in credits are offered they will be considered during evaluation of the contractirs quote. The Contractor may offer trade-in options for the following equipment:
Nine (9) Aestiva 5 Anesthesia Machines (GE)
One (1) Aisys Anesthesia Machine (GE)
One (1) GE MRI-safe Anesthesia Machine (GE)
Eight (8) Isoflurane Vaporizers (GE)
Fifteen (15) Sevoflurane Vaporizers (GE)
Fourteen (14) Desflurane Vaporizers (GE)
The Contractor shall remove the above trade-in devices from the facility upon delivery of the equipment specified in Section 2.6.2.1.02 above. If the VA provides the contractor an order that incorporates trade-in of the devices marked in Section 9.1, the contractor shall coordinate the removal of such devices with the VHAECH Property Management and Biomedical Engineering Departments.
Bid Protests Not Available