This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation.
The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Service Disabled Veteran Owned Small Businesses capable of meeting requirement and salient characteristics below for the Brand Name or Equal purchase of Stress Test Equipment.
Salient Characteristics:
Treadmill and Stress testing system integrated (do not need to manually control/record)PC:
Microsoft Windows 10 OS, 64 bit IoT; 250 GB; Intelî Celeronî Mobile Processor Dual-Core, 2.2 GHz, 64-bit; 4 GB RAM standard with 4 GB optional
12SL ECG Analysis
15 lead stress testing
LAN connection
Integration with MUSE and PACS
Must accept VA imaging requirements
Results able to be exported to pdf format as well as Microsoft Word/excel (xml)
Monitor: Minimum 22 Monitor mounted to swivel mount; minimum resolution 1680X1050 with display speeds of 25 or 50 mm/s
Monitored Leads of 3, 6, 12, or 15 with display format of 3 rhythm, 3 rhythm + medians, 3 rhythm + trends, 6 rhythm, 4 x 2.5 + 1 rhythm, 2 x 6
Vital signs able to be displayed include Heart rate, target heart rate, blood pressure, exercise clock, stage clock, phase clock, protocol, speed, grade, Watts, METS, RRP and SpO2
Non-Vital Signs Data able to be displayed: ST scan/median complexes, arrhythmias, ventricular ectopic/min. counter, 3 to 15 waveforms, lead check torso and 12 leads, waterfall displays, trends, tabular summary, stored ECG strips, interpretation, time-of-day clock, patient name, warning messages and prompts
Thermal Printer: 3, 6, 12 or 15 leads (standard, NEHB, Cabrera, configurable), writer speeds from 5 to 50 mm/sec, printer sensitivity 2.5, 5,10, or 20 mm/mV (+/_ 5%); printer sensitivity horizontal 1000 lines/sec x 200 dpi local printing (200x200 dpi generic printing); using thermal, perforated fan-fold paper in letter size or A4 size
Assessment Performance Specifications
Signal Processing:
500Hz ECG
ST Measurements: ST amplitudes, slope, integral, index, ST/HR hysteresis, ST/HR slope, ST/HR loops, ST/HR
index up to 15 leads
E, J and post-J point: Manual or computer selected
Signal processing Incremental median updating technique
Baseline correction Finite Residual Filter (FRF) and/or Cubic Spline analysis
QRS detection and analysis Automatic or manual lead selection
ECG output Real-time ECG/QRS beep/TTL synchronization output
Heart rate Automatic arrhythmia detection, documentation and annotation
Full-disclosure ECG Beat-to-beat ECG storage & event review
Reanalysis Post-test medians measurements from E, J and post-J point selections
ECG interpretation (Optional) Marquette 12SL resting ECG analysis program for adults and pediatrics (Additional ECG function: XTI stress interpretation, Vectorcardiography (15 lead))
Data Acquisition:
-Technology: Active, Type CF floating isolated powered 14-channel acquisition module with built-in
lead-fail detection and lead prep impedance measurement
-Sampling rate: Over-sampling @ 16000 Hz, 12 leads
-Skew: 62.5 s
-Dynamic range: 320 mV, ñ 10 mV signal superimposed on ñ 150 mV DC offset
-Resolution: 4.88 V/LSB @ 500 Hz
-Noise: < 15 V peak-to-peak noise over 0.01 to 150 Hz (-3 dB) bandwidth
-Frequency response: -3 dB, display and writer
-High-pass filter: 0.01 (or 0.05 Hz, special use) with DC offset control
-Low-pass filter: 20, 40, 100, 150 Hz (selectable)
-Line filter: 50.0 or 60.0 Hz notch filter (selectable)
-Artifact/baseline correction: Finite Residual Filter (FRF) or Cubic Spline algorithms
-Common mode rejection: > 140 dB (123 dB with AC filter disabled)
-Input impedance: > 10 M Ohms @ 10 Hz, defibrillator protected
-Patient leakage: < 10 A
-Pace detect: Orthogonal LA, LL and V6; 750 V @ 50 s
Treadmill:
Walking surface at least 22 wide by 63 long
Patient weight capacity up to 500 lbs
Speed range is from 0.1 mph to 15 mph in 0.1 mph increments
Self-calibrating
Includes Emergency Stop button, emergency stop via patient tether, and emergency stop on keypad
Adjustable height handrail
Communicates to and receives communication from Stress Testing system
Incline 0 to 25% in 0.5% increments (self calibrating).The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339112, Surgical and Medical Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 1000 employees. Please answer the following questions
(1) Please indicate the size status and representations of your businessÃÂ in accordance with the NAICS code 339112, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB),ÃÂ Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)
(2)ÃÂ Is the required equipment available on a Federal Supply Schedule or Government WideÃÂ Acquisition Contract?ÃÂ If so, please include the schedule number.ÃÂ
(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?ÃÂ
If not,ÃÂ provide additional information shown below.ÃÂ This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.ÃÂ
DoesÃÂ your companyÃÂ exceed 500 employeesÃÂ
Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;ÃÂ ÃÂ ÃÂ
Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;ÃÂ ÃÂ
Provide the items of a small business
(4) If your company is aÃÂ large business, do you have anyÃÂ authorized small businessÃÂ distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).ÃÂ
(5) If your company isÃÂ a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?ÃÂ
(6) If you intend toÃÂ subcontractÃÂ any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.ÃÂ
(7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.ÃÂ
(8) Please submit your capabilitiesÃÂ in regard toÃÂ the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?ÃÂ
(9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.ÃÂ
(10) Please provide your DUNS number.ÃÂ
*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.ÃÂ
ThisÃÂ RFIÃÂ will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted.
Responses must be receivedÃÂ via mail to
[email protected] no later than 11:00 AM Eastern Standard Time on March 5, 2021. This notice will help the VA in determining available potential sources only.ÃÂ ÃÂ Do not contact VA Medical Center staffÃÂ regardingÃÂ this requirement, as they are not authorized to discussÃÂ this matterÃÂ related to this procurement action.ÃÂ All questions will be addressed by theÃÂ Contractor Officer, Edward Ferkel.ÃÂ ÃÂ
All firms responding to this Request for Information are advised that their response is not a request for proposal,ÃÂ therefore will not be considered for a contract award.ÃÂ ÃÂ
ÃÂ
If a solicitation is issued, information will be posted on theÃÂ Contracting Opportunities web site for all qualified interested partiesÃÂ at a later dateÃÂ and interested parties must respond to the solicitation to be considered for award.ÃÂ ÃÂ This notice does not commit the government to contract for anyÃÂ supplies orÃÂ services.ÃÂ ÃÂ The government will not pay for any information or administrative cost incurred in response to this Request for Information.ÃÂ ÃÂ Information will only be accepted in writing by e-mail to Contracting Officer Ed Ferkel, Contract Specialist atÃÂ
[email protected]
ÃÂ
DISCLAIMERÃÂ ÃÂ
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.ÃÂ ÃÂ Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.ÃÂ ÃÂ Responders are solely responsible for all expenses associated with responding to this RFI.ÃÂ
Bid Protests Not Available