New Jersey Bids > Bid Detail

6515--561-24-1-602-0030|36C242-23-AP-2941|TOMS RIVER PROJECT - VITAL SIGNS SIMULATOR - 561-24-1-602-0030 Brand name or Equal

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159631984359191
Posted Date: Nov 29, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/7c0f090e87...
Follow
6515--561-24-1-602-0030|36C242-23-AP-2941|TOMS RIVER PROJECT - VITAL SIGNS SIMULATOR - 561-24-1-602-0030 Brand name or Equal
Active
Contract Opportunity
Notice ID
36C24224Q0143
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 29, 2023 12:27 pm EST
  • Original Response Date: Dec 06, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Toms River 1055 Cooper Ave Toms River , NJ 08753-8322
    USA
Description

T0005 T0015 U0007 TMDE Package
Statement of Work Page 1 of 8

VHA New Jersey Health Care System
Initial Outfitting, Transition & Activation
Statement of Work
[Title]



VHA New Jersey Health Care System
Toms River VA Clinic
1051 Hooper Avenue
Toms River, NJ 08753
INTRODUCTION
The VHA New Jersey Health Care System has a requirement to purchase with an authorized vendor to supply and deliver the item(s) identified in Table 1 below to properly outfit the Healthcare Technology Management (HTM) Department. See salient characteristics below. This is a Brand Name or Equal Requirement. This requirement is in support of the activation of the New Toms River VA Clinic. Fluke ProSim 8, Impulse 7000DP, and ESA615 is the basis of design.
Table 1 Package Items Summary
Item #
JSN
Item Description
Part # (basis of design)
Quantity
1
U0007
Prosim 8 Vital Signs Simulator
3979409
1
2
U0007
PS8 WA/Pro Cables Welch Allyn/Propaq Cable Set
3984979
1
3
T0015
Impulse 7000DP Defibrillator/Transcutaneous Pacer Analyzer
2811919
1
4
T0015
I6/7 D/P ADATP109 - ZOLL Medical PD-2200 Multifunction 4MM
3065511
1
5
T0005
ESA615-US
4162180
1
6
T0005
ESA61X Pelican 1550 Hard Case with Custom Foam
4303254
1
7
T0005
Test Lead Kit, USA
3111008
1
8
T0005
1-to10 ECG Shorted, Expander, Adapter Assembly
3392119
1

Additional Item Requirements
The vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA HTM Department.
Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date.
GENERAL CONDITIONS
Site Address
The address of the Toms River VA Clinic is provided below.
1051 Hooper Avenue
Toms River, NJ 08753

Delivery Schedule
Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below.
Table 2 Anticipated Building Outfitting Schedule
Building Name
Est. Delivery Start Date
Est. Delivery End Date
Toms River VA Clinic
1 FEB 2024
15 MAR 2024

Schedule and Order Management
The above delivery schedule is based upon the current construction schedule due to the nature of activation efforts and construction timelines and dates may vary and shift. Delivery dates need to be flexible. The delivery of items for installation is dependent upon the completion of applicable areas within the building. If there is a delay, the Contractor may be required to adjust the delivery date at no cost to the Government. The Contractor will coordinate with the on-site POC s before delivery.
The awardee s actual delivery dates will be confirmed by VA upon award.
Post-award, the vendor will coordinate delivery identified in this document with the VA prior to beginning any work (See Section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR, and the vendor.
Delivery and Receiving
Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact VA POC, David Stoff at (973) 968-1842, David.Stoff@va.gov; SME-Solutions POC, Heather Arvesen at (619) 504-4869, heather.arvesen@sme-solutions.co, and Robert Stonerook at (706) 304-7194, Robert.stonerook@sme-solutions.co.
Toms River VA Clinic (Direct Delivery to address detailed in paragraph 2.1)

IOT&A Contractor Provided warehouse: Address TBD
The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor.
The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:00 AM to 3:30 PM Eastern Standard Time, Monday through Friday, and excluding Federal Holidays.
Delivery trucks will not be permitted to remain in the receiving area. Trucks shall be unloaded, moved from the receiving area, and then brought back to the receiving area if required to haul out any waste, tools, or excess materials.
Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product.
Clean Up and Disposal
There are no dumpsters available for vendor use.
The removal of waste and/or excess material shall be conducted through the loading dock area.
Assembly, Installation, and Calibration Required (Yes No )
Training Required (Yes No )
Confidentiality and Non-Disclosure
This equipment does not connect to a VA network. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist, block 6, the C&A requirements apply to this requirement, and a Security Accreditation Package is not required.

3.0 Salient Characteristics

Electrical Safety Analyzer (T0005)
Total Quantity: 1
Network Required if Checked Manufacturer Certified Installation Required if Checked
BMET Training Required if Checked End User Training Required if Checked

Basis of Design: Fluke ESA615

Brand Name or Equal Requirement

Description: Characteristics/components include combining all lead connected ECG lead tests measuring individual lead leakage; AC/DC measurement; current consumption; automatic neutral-ground and power-ground resistance and volts. This unit is used for electrical safety testing, preventive maintenance programs and equipment repair. Battery powered models are available. The unit must meet the following specifications:

Salient Characteristics:
Shall be capable of performing the following leakage tests Ground wire(earth), Chassis, Lead to Ground, Lead to Lead, Lead Isolation
Shall be capable of performing Insulation Resistance test
Shall be capable of testing the following ECR performance waveforms: Square wave, Sine wave, Tringle wave, Pulse
Rate: 30 BPM, 60 BPM, 120 BMP, 180 BPM, and 240 BPM
Shall include 15-20A Adapter
Shall include carrying case
Shall include Accessory Kit: test lead set, test probe set, alligator clip set USA
Defibrillator Analyzer, Automatic, Portable (T0015)
Total Quantity: 1
Network Required if Checked Manufacturer Certified Installation Required if Checked
BMET Training Required if Checked End User Training Required if Checked

Basis of Design: Fluke Impulse 7000DP

Brand Name or Equal Requirement

Description: Characteristics/components include automatic and portable with direct reading; accurately verifies the output characteristics of all defibrillators while simulating the resistance of the human body; output energy measured in joules or watt seconds on two scales of 0-200.0 or 0-1000; output energy remains displayed until the reset button is depressed once the defibrillator is fired; and output jacks provided for oscilloscope connection to observe defibrillator pulse wave shape. Shall include the optional pacemaker testing module if required by the end user. Battery powered models are available. The unit must meet the following specifications:

Salient Characteristics:
Shall have selectable test loads ranging from 25 ohms to 200 ohms
Shall have the following defibrillation technology: Lown, Edmark, trapezoidal, biphasic and pulsed-biphasic
Shall have AED testing compatibility
Shall have an internal rechargeable battery
Shall have Pacer testing capability with protection against defibrillator output
Shall have at least 10 independent ECG outputs
Shall have slectable heart-rate settings to facilitate rate meter accuracy and alarm testing
Shall include carrying case




Patient Simulator (U0007)
Total Quantity: 1
Network Required if Checked Manufacturer Certified Installation Required if Checked
BMET Training Required if Checked End User Training Required if Checked

Basis of Design: Fluke Prosim 8

Brand Name or Equal Requirement

Description: Used for fast and comprehensive preventative maintenance (PM) testing for a patient monitor fleet. Multifunctional simulator tests ECG (including fetal ECG and arrhythmias), respiration, temperature, IBP, cardiac output, NIBP, SpO2, and is capable of testing Rainbow multi-wavelength waveforms. Stay-connected ECG posts for secure lead connections, physiologically synchronized pulses across all parameters. Customizable patient pre-sets and auto sequences. Barcode scanner compatibility and wireless PC interface, direct printing, data transfer and reporting. The unit must meet the following specifications:

Salient Characteristics:
Unit must be able to simulate 12-lead ECG simulation: Performance, R-Wave Detection, QRS Detection, and including artifact
Unit must be able to simulate Arryhthmia
Unit must be able to simulate Cardiac Output
Unit must be able to simulate Invasive Blood Pressure (IBP) Patient Simulator: Static Pressure Range -10-300mmHg +-5%
Non-Invasive Blood Pressure (NIBP) Simulator: Range 2-500mmHg +- 5% Accuracy
Unit must be able to simulate Pacemaker Waveforms
Spare Battery pack
Temperature Range: 30-42C
Include SPO2 Test Module: Range 30-100%
Include Cables to test Welch Allyn Connex Monitors
Include Carrying Case
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 29, 2023 12:27 pm ESTSources 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 >