6515--MRI Infusion Pump and Controller

Agency:
State: Idaho
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159471206440677
Posted Date: Jan 25, 2024
Due Date: Feb 1, 2024
Source: Members Only
Follow
6515--MRI Infusion Pump and Controller
Active
Contract Opportunity
Notice ID
36C26024Q0254
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 25, 2024 12:57 pm PST
  • Original Response Date: Feb 01, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Boise VA Medical Center 500 W Fort Street Boise , ID 83687
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
*= Required Field
Sources Sought Notice

Page 1 of 4

THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Boise VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside.

The intended contract is a firm-fixed price supply purchase.

Potential contractors shall provide, at a minimum, the following information:

1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code.

2) Anticipated North American Industry Classification System (NAICS) code is 334510. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1250 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below.

3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).

4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov.

5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available).

7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic of the brand name item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.

(c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information.

(d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information.

8) Please identify the country of origin for all items.

It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy.

DESCRIPTION OF THE REQUIREMENT:

The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice.

Delivery, Installation, and service address:
Boise VA Medical Center
500 W Fort St.
Boise, ID 83687

Items: Brand Name or Equal to Iradimed

1 IRM 3860+ Infusion Pump Mridium MR W/SP02
1 IRM 3861 Mridium Sidecare Second Channel
1 IRM 3865 Mridium Remote Monitor
1 IRM 1119 Roll Stand Non-Magnetic
1 IRM 1171 SPO03 Grip Sensor Starter Pack
1 IRM 1170 Cable Lit Fiber Optic SP02
1 IRM 1145 Mridium Ders Library Kit
1 IRM 9992 Mridium Ders Initial Library Entry
1 IRM 9999 Two Day Applications Training
1 IRM 9593P Mridium Premium Maintenance 3 Year
1 IRM 9693P Sidecare Premium Maintenance 3 Year
1 IRM 9793P Remote Premium Maintenance 3 Year
Salient Characteristics:

Must be MRI compatible
Must allow a single fluid to be continuously administered to the patient during MRI procedures.
Must operate with all 0.2 to 3.0 Tesla MRI Systems
Must include real time SPO2 monitoring
Keypad for programming
Must allow for placement up to the 10,000 Gauss Line
Large LCD display minimum 8 X 5 inches
Must delivery range of .1 to 1400 mL per hour
Long life battery, minimum of 12 hours or longer
Syringe must be capable to be set with low priming volume for anesthetic or other syringe based delivery
Includes remote monitor and include roll stand which must be non-magnetic
Must include applications training
Must include 3 years maintenance
Must include warranty
If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 3:00pm PST on February 01, 2024. NO PHONE CALLS, PLEASE.

Again, this is not a request for quote, and no solicitation is available at this time.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 25, 2024 12:57 pm PSTSources 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 >