This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26219Q0968
The Department of Veterans Affairs Contracting Office has a requirement for Portable Sleep Monitoring System that meets the following salient characteristics with Brand Name to the Manufacturer. The Contractor shall furnish all supplies/services at The VA San Diego Healthcare System 3350 La Jolla Village Drive, Warehouse Bldg. 1 San Diego, CA 92161.
22857-001 1 NOX T3 COMPLETE KIT, US VERSION
Portable sleep monitoring system 20 EA
NOX T3 Sleep Recorders Technical Specifications:
Must have:
2 x respiratory effort sensors
Clip straps
USB Cable
Abdomen thorax cable
Filter Tube connectors
Batteries and software for communication with the device for analyzing and reviewing data
Storage Capacity: 1 GByte
Recoding time greater than 24 hours
Includes audio recording
PC communications USB 2.0 hi-speed;
Power Source 1 1.5V AA battery during recording
Battery type: Alkaline primary, Nickel-metal hydride rechargeable (NiMH)
Standard 2-year Warranty
Must Measure:
Internal Signals Thorax and abdomen RIP Respiratory Effort + RIP Flow
Flow Pressure/CPAP pressure, Snore, Audio recording channel, 2 x bipolar channels (EMG, ECG, EEG, etc.)
Position, Activity; Flow/Pressure signal 25cmH2O input pressure range DC-90Hz, less than 2mmH2Orms noise; RIP signals 2 channels; Activity/position signals Internal Axis, 6g; Sound signals Internal 3.8kHz Bandwidth, 16-bit ADC; Wireless External Signals SpO2, Pulse,, Plethysmograph, Spo2 quality; Wireless Interface Bluetooth V2.0 Wireless interface with Nonin oximeters. Device Dimension 79mm (3.11 ) W, 63mm (2.48 ) H, 21mm (0.83 ) D; Weigh 65 gram (88 gram with battery); Display Type OLED
The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs
Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339112 Size Standard 1000 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Responses to the solicitation shall be due on Monday, July 15, 2019 at 3:00PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to LaTricia Williams, Contracting Specialist at
[email protected] with "36C26219Q0968 in the subject line within 24 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote and a point of contact with email/phone number.
Bid Protests Not Available