6515--RFI Nox A1
Page 4 of 4 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... Page 4 of 4 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. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. Statement of Need The VISN 4 Eastern Regional Sleep Center at Michael J Crescenz VA Medical Center is attempting to procure a Brand Name NOX A1 sleep system. The sleep center needs an in-lab sleep testing system to replace the current sleep system due to end of life cycle. Must be integrated at a VAMC, able to integrate with CPRS, Cerner, and Somnoware (a sleep management software that will be implemented in all VAMC sleep centers [National Directive]) and must have calibrated respiratory plethysmography. The Nox Medical Nox A1 sleep system as the only system that met all the desired characteristics. Nox Medical is the sole provider of the Nox A1 sleep system. Requirements: Part #/Description QTY Unit of Measure 513510Â Nox A1 PSG System with Wrist Ox2, US 4 EA 544021Â Nox C1 Kit, US 4 EA 534010Â Noxturnal A1 PSG F.F. License 4 EA 548016Â PC Computer 4 EA 548017Â Computer Monitor 4 EA 548023Â USB to Ethernet Adapter 4 EA 548022Â Network PoE Switch 4 EA 548018Â IP Camera 4 EA 558410Â Nox A1 Starter Sensor Kit (Adult) 4 EA 572013Â Three-Day Onsite Training 1 EA SUPPLIES/ SERVICES: The Sleep Center needs a complete 4-bed sleep system including computers, monitors, audio, cameras, headbox and amplifiers that meet specific characteristics. The sleep system must have calibrated respiratory inductance plethysmography and must be successfully integrated with Cerner and Somnoware. Performance Requirements: When will the work be done? Monday Friday from 8:00am to 4:30pm. Where will the work be performed? CMCVAMC Sleep Center 4th floor Rooms A405, A406, A408, A409, A411. The contractor needs to provide the personnel to ensure installation and training will be completed per the contract. Does the contractor need to report status updates to anyone in the Philadelphia VA? The contractor will report status updates and maintain contact with the Sleep Center POC Steven Conley (Technical Coordinator) The VA will be responsible for installing network cables from IT closet to tech room (A405) and between the tech room and the patient rooms (A406, A408, A409, A411). The contractor will supply the equipment and services as per the quote. Will the contractor be required to meet HAZMAT, OSHA, or federal safety policies or requirements? The contractor will be required to follow VA policies included Coronavirus protection policies. The contractor must supply their own masks and PPE necessary to perform their duties at the VAMC. The contractor will delay equipment shipping until Somnoware install is complete and operational. PEROID OF PERFORMANCE: This is a one-time purchase of equipment, installation, and training. Request for Information Instructions 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 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 Industrial Classification System (NAICS) 334510 ELECTRICOMEDICAL AND ELECTROTHERAPEUTIC APPARATUS MANUFACTURING (size standard of $16,500,000). Please answer 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, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice. Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re 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? (6) If you intend to subcontract 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 subcontracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) 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. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Jason.May2@va.gov no later than:00 PM Eastern Standard Time (EST) on Aug 3rd, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Jason May. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam.gov web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at Jason.May2@va.gov. 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. 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. End of Document
Data sourced from SAM.gov.
View Official Posting »