West Virginia Bids > Bid Detail

6515--Fast Flow Fluid Warmer RFI

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159392798554186
Posted Date: Jul 12, 2023
Due Date: Jul 20, 2023
Solicitation No: 36C24523Q0886
Source: https://sam.gov/opp/8ad0fc9893...
Follow
6515--Fast Flow Fluid Warmer RFI
Active
Contract Opportunity
Notice ID
36C24523Q0886
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 12, 2023 03:13 pm EDT
  • Original Response Date: Jul 20, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Louis A. Johnson VA Medical Center Clarksburg , WV 26301
    USA
Description
Responses must be received no later than Thursday, July 20, 2023, at 12:00PM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide (Enter Item) for the (Enter Location).

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

2.00
EA
__________________
__________________

115V DOMESTIC W/H31B H1200 - T EIL: 030, CSN: 6515-438166, NXA-NX PLAN-STANDARD-NURSING SERVICE-RAPID INFUSION PUMP
LOCAL STOCK NUMBER: SMTH H-1200-EN-115V-US
0002

1.00
CT
__________________
__________________

BLOOD-FLUID ADMIN/WRM SET-DISP
LOCAL STOCK NUMBER: SMTH D-60HL
0003

1.00
CS
__________________
__________________

BLOOD-FLUID ADMIN/WRM SET-DISP
LOCAL STOCK NUMBER: SMTH D-100
0004

1.00
CT
__________________
__________________

BLOOD-FLUID ADMIN/WRM SET 10/C
LOCAL STOCK NUMBER: SMTH D-300
0005

1.00
CS
__________________
__________________

NORMOTHERMIC IV FLUID ADMINIST
LOCAL STOCK NUMBER: SMTH D-70


GRAND TOTAL
__________________

STATEMENT OF WORK
Level 1 H-1200 Fast Flow Fluid Warmer with Integrated Air Detector/Clamp
1. Objective: The Louis A. Johnson VA Medical Center is seeking to procure two Level 1 H-1200 Fast Flow Fluid Warmer with Integrated Air Detector/Clamp (rapid infusers) and various disposable normothermic IV administration sets. These rapid infusers and normothermic IV administration sets will be utilized in the Intensive Care Unit (ICU) to meet requirements for current and future needs of our patients.

2. Background: Louis A. Johnson VA Healthcare System located at 1 Medical Center Drive Clarksburg; WV 26301 needs to purchase 2 Level 1 H-1200 Fast Flow Fluid Warmer with Integrated Air Detector/Clamp (rapid infusers) and various disposable normothermic IV administration sets for the implementation of the rapid transfusion protocol.

3. Scope: The infusers must meet the following minimum specifications:

Level 1 H-1200 Fast Flow Fluid Warmer with integrated Air Detector/Clamp (H-1200-EN-115V-US) Qty 2
Provides a rapid flow of warmed fluids, such as crystalloid or blood product (including red blood cells) at a maximum flow rate of up to 1400 ml/min.
Automated Pressure Chambers
-Mounted pressure chambers allow for fast and easy bag changes
-Accommodate standard blood and crystalloid bags
-On/Off toggle switch automatically pressurizes chambers to a constant pressure of 300 mm Hg
Heat Exchanger
-Counter-current recirculating solution maintained at 107.6°F/42°C provides effective and stable heating
Built-In Safety Features
-Air detector/clamp automatically stops flow if air is present, and removes it without disconnecting from the patient
-Displays reservoir solution and notifies user if volume is low or is over the acceptable temperature for safe use
-Notifies user if disposable set is not properly installed
Easy to Use
-Disposables are simple to insert and remove, with numbered blocks on the warmer
-Gas vent/filter assembly can be changed without replacing the entire disposable
-Durable surface makes it easy to clean
-Large roller wheels allow for easy transport within facility
Air Detector/Clamp
-Operating Mode LED lights green when the fluid warmer is on, the disposable is properly installed, and the air detector/clamp door is closed
-Check Tubing Mode LED lights yellow and an audible alarm sound when the patient line tubing has not been properly placed in the air detector/ clamp slot and/or when the clamp slot door is not correctly closed
-Air detector/clamp mode LED lights red and an audible alarm sound when air is detected in the gas vent/filter assembly. The patient line is automatically clamped, preventing fluid from going into the patient; it then unclamps and resumes operation once all air is removed through the gas vent. The line is not disconnected from the patient
Must meet AABB standard for blood warming
Disposable Normothermic IV Administration Sets
Maximum normothermic flow rate: 530 mL/min (D-60HL) - Qty 1 CA
Maximum normothermic flow rate: 675 mL/min (D-70) - Qty 1 CS
Maximum normothermic flow rate: 950 mL/min (D-100) - Qty 1 CS
Maximum normothermic flow rate: 1,100 mL/min (D-300) - Qty 1 CA
4. Performance Monitoring: The Contracting Officer Representative (COR) or Designee will
monitor contractor performance.
5. Period of Performance: The delivery lead time must be within 30 days of the award date.
6. Delivery Order: Delivery the following items within 30 days of the award date
Level 1 H-1200 Fast Flow Fluid Warmer with integrated Air Detector/Clamp (H-1200-EN-115V-US)- QTY 2
Disposable Normothermic IV Administration Sets
Maximum normothermic flow rate: 530 mL/min (D-60HL) - Qty 1 CA
Maximum normothermic flow rate: 675 mL/min (D-70) - Qty 1 CS
Maximum normothermic flow rate: 950 mL/min (D-100) - Qty 1 CS
Maximum normothermic flow rate: 1,100 mL/min (D-300) - Qty 1 CA

Salient Characteristics

Objective:
The Louis A. Johnson VA Medical Center is seeking to procure two Level 1 H-1200 Fast Flow Fluid Warmer with Integrated Air Detector/Clamp (rapid infusers) and various disposable normothermic IV administration sets. These rapid infusers and normothermic IV administration sets will be utilized in the Intensive Care Unit (ICU) to meet requirements for current and future needs of our patients.
Requirements:
Level 1 H-1200 Fast Flow Fluid Warmer with integrated Air Detector/Clamp (H-1200-EN-115V-US) Qty 2
Provides a rapid flow of warmed fluids, such as crystalloid or blood product (including red blood cells) at a maximum flow rate of up to 1400 ml/min.
Automated Pressure Chambers
-Mounted pressure chambers allow for fast and easy bag changes
-Accommodate standard blood and crystalloid bags
-On/Off toggle switch automatically pressurizes chambers to a constant pressure of 300 mm Hg
Heat Exchanger
-Counter-current recirculating solution maintained at 107.6°F/42°C provides effective and stable heating
Built-In Safety Features
-Air detector/clamp automatically stops flow if air is present, and removes it without disconnecting from the patient
-Displays reservoir solution and notifies user if volume is low or is over the acceptable temperature for safe use
-Notifies user if disposable set is not properly installed
Easy to Use
-Disposables are simple to insert and remove, with numbered blocks on the warmer
-Gas vent/filter assembly can be changed without replacing the entire disposable
-Durable surface makes it easy to clean
-Large roller wheels allow for easy transport within facility
Air Detector/Clamp
-Operating Mode LED lights green when the fluid warmer is on, the disposable is properly installed, and the air detector/clamp door is closed
-Check Tubing Mode LED lights yellow and an audible alarm sounds when the patient line tubing has not been properly placed in the air detector/ clamp slot and/or when the clamp slot door is not correctly closed
-Air detector/clamp mode LED lights red and an audible alarm sounds when air is detected in the gas vent/filter assembly. The patient line is automatically clamped, preventing fluid from going into the patient; it then unclamps and resumes operation once all air is removed through the gas vent. The line is not disconnected from the patient
Must meet AABB standard for blood warming
Disposable Normothermic IV Administration Sets
Maximum normothermic flow rate: 530 mL/min (D-60HL) - Qty 1 CA
Maximum normothermic flow rate: 675 mL/min (D-70) - Qty 1 CS
Maximum normothermic flow rate: 950 mL/min (D-100) - Qty 1 CS
Maximum normothermic flow rate: 1,100 mL/min (D-300) - Qty 1 CA

Place of Performance:
Louis A. Johnson VA Medical Center
1 Medical Center Drive
Clarksburg, WV 26301
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 interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, July 20, 2023, at 12:00PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 12, 2023 03:13 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >