SOURCES SOUGHT NOTICE ONLY
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited
The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following equipment according to the description of item(s) below for the Fayetteville Department of Veterans Affairs Medical Center (VAMC), 2300 Ramsey Street, Fayetteville NC 28301:
STATEMENT OF WORK/ DESCRIPTION OF ITEMS
VAMC FAYETTEVILLE NC
Defibrillator
Manufacture: Zoll Medical
--------------------------------------------------------------------------------
3012003101110 0012 1. R Series r ALS Defibrillator includes: Guidelines 2015- compatible AED w/ manual override Code Readiness testing system High current biphasic waveform from rectilinear biphasic. One-step 3 lead ECG cable with AHA Markings.Advisory Defibrillation Built-in test port, compact flash card slot Integrated AC Power (120 VAC/60 Hz)
Real CPR Help Numeric display of CPR Depth and Rate for Adult and Pediatric Patients Visual and audio prompts to coach CPR depth (Adult patient only) Release bar to ensure adequate release off the chest Metronome to coach rate for Adult and Pediatric Patients Adult and Pediatric AED ECG analysis (analyze mode) 2 EA
8019-0535-01 2. SurePowerT Rechargeable Lithium Ion Battery Pack
5.8 Ah Capacity High density lithium ion chemistry RunTimeT Indicator Automatic calibration ready Stores history of use and maintenance 2 EA
8900-0224-01 3. One-step Complete Resuscitation Electrode (1 pair) 4 EA
8700.0913-01 4. Defibrillator Dashboard System (per R Series). State of Readiness email alert. Configurable readiness alerts Readiness status check from any PC on network Time Sync Application. 2 EA
8005-000103-0 01 5. R Wi-Fi Card with Clock Sync and FIPS 2 EA
--------------------------------------------------------------------------------
All interested parties should respond, in writing via email to
[email protected]. No telephone inquiries will be accepted. In response, please include the following:
Company/individual name
Address
Point of contact with phone number
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB ect.)
Information describing your interest
Indicate FSS/GSA contract number
FSS Category you qualify for
Tax ID number
DUNS number
NAICS code (if different than below)
Capabilities statement
If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov) to be recognize as such.
The NAICS 339112 is applicable to this acquisition; with a size standard of 1000.
Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors will be required to be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award.
Your response is required by 11:00 AM, June 21, 2017.
Bid Protests Not Available