Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2025 SAM #8613
SOURCES SOUGHT

65 -- AED Defibrillators Tulsa CHIP-IN

Notice Date
6/24/2025 6:09:13 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W25Q0235
 
Response Due
7/8/2025 10:00:00 AM
 
Archive Date
09/06/2025
 
Point of Contact
Latasha Redwine-Lemons, Contract Specialist, Phone: 972-708-0825
 
E-Mail Address
latasha.redwine-lemons@va.gov
(latasha.redwine-lemons@va.gov)
 
Awardee
null
 
Description
Page 1 of 7 SOURCES SOUGHT NOTICE Crash carts, defibrillators, AEDs NOTICE DESCRIPTION: Crash cart defibrillators, Transport defibrillators and AED (Automated external defibrillator) devices Department of Veterans Affairs (VA), Veterans Health Administration (VHA) Eastern Oklahoma VA Healthcare System (EOVAHCS) This is a Sources Sought Notice only; a request for information (RFI). This is a request for vendor expressions of interest for market research purposes, in accordance with FAR Part 10 and FAR part 15.201. This is not a request for quote, and this is not a solicitation. Eastern Oklahoma VA Healthcare System is seeking vendors who have an interest and capability to provide BRAND NAME Crash cart defibrillators, Transport defibrillators and AED (Automated external defibrillator) devices to the Locations identified in this notice. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Product information, brochures, part numbers, and/or other description information may be included with the submission. VA is under no obligation to provide feedback to the RFI respondent, or to contact the RFI respondent for clarification of any information submitted as part of the response. REQUIREMENT: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), new Tulsa VA Medical Center (VAMC) has a requirement for the Crash cart defibrillators, Transport defibrillators and AED (Automated external defibrillator) devices. BACKGROUND: A building in Tulsa, Oklahoma, is currently being renovated for the purpose of being used as the new Tulsa VA Medical Center (VAMC) in September 2025. The building is currently under control of VHiT LLC and their construction company, responsible for remodeling the facility. All EOVAHCS contractor must coordinate with the EOVAHCS COR to gain access to the Location identified in the SOW. If the contractor arrives at the Location, or has product delivered to the Location, without obtaining prior approval from the COR, this will be at no additional cost to the government. Accessing the Location without COR approval could result in unnecessary expenses borne by the contractor, such as shipments, travel, staffing, and product storage, for which the government takes no responsibility. Access to the building must be coordinated between the VA s awarded contractor and the COR, and access will be subject to change based on the coordination with VHiT LLC and their construction company. Limited access to the facility will be permitted to the VA and EOVAHCS contractor, until after the renovated building is gifted to the VA. SALIENT CHARACTERISTICS Contractor must provide the following critical minimum requirements as part of the product and assembly. The AED being requested is based on the intent of standardizing to the VISN standardization to provide CPR assist capabilities. (please see below for make and model) Transport defibrillators = Zoll X-series Crash cart defibrillators = Zoll R-series Automated external defibrillators = Zoll AED 3 Equipment: Crash cart defibrillator. Delays in compressions are sometimes necessary to monitor the patient s response, but they can lower the chances of a successful shock. ZOLL s patented See-Thru CPR technology makes it possible to quickly determine whether there is a shockable rhythm, reducing these pauses. One Step complete electrodes Monitor, defibrillate, or pace without need for a separate three-lead ECG. Specialized electrodes with a pediatric algorithm to quickly determine whether there s a shockable rhythm. Automatically lower the energy setting to 50 joules, preventing accidental overdose during defibrillation while still allowing for the delivery of sufficient current. Transport Defibrillator Lightweight providing full capabilities to include real-time CPR feedback. X Series utilizes the same intuitive color-coded modes of operation as the R Series Monitor/Defibrillator allowing staff the familiarity and confidence should defibrillation be required. High-capacity rechargeable battery providing six hours of run time. In addition to 3-, 4-, 5- or 12-lead ECG monitoring, X Series can measure 10 physiologic parameters, including: NIBP (noninvasive blood pressure) EtCO2 SpO2 SpCO2 SpMet2 Three invasive blood pressures Two temperature channels AED Real CPR Help technology feature provides audio and visual feedback that leads to high-quality CPR. Providing detailed feedback on compression rate and depth. Design allows for universal set of pads to be used on adult or pediatric patients alike. One button selection to activate pediatric mode. Must measure less than 14 x14 x6.75 based on the currently installed wall cabinets internal measurements. CRITICAL MINIMUM REQUIREMENTS Item # Part# Description QTY 1 30720005201310012 R Series ALS Defibrillator with Expansion Pack - SpO2, OneStep Pacing, EtCO2 (mainstream), NIBP Includes: Guidelines 2020 compatible, Code Readiness testing system, High current Rectilinear Biphasic Waveform, OneStep 3 lead ECG cable, Advisory Defibrillation, Built-in test port, AC Power Cord, Operators manual, and 5-year hospital warranty. Parameter Details: Real CPR Help ® - Numeric display of CPR Depth and Rate for Adult and Pediatric patients, Visual and audio prompts to coach CPR depth (Adult patient only), Release bar to ensure adequate release off the chest, Metronome to coach rate for Adult and Pediatric patients. See-Thru ® CPR artifact filtering, Defib Mentor OneStep Pacing with OneStep Pacing Cable (also supports CPR) NIBP with 23-33cm reusable cuff & 3 meter air hose Masimo Pulse Oximetry with Signal Extraction Technology (SET) and Reusable adult sensor & reusable 4 ft ext. cable EtCO2 CAPNOSTAT ® 5 Mainstream CO2 Cable and sensor. For use with adult, pediatric, and neonatal patients. Airway adapter sold separately 20 2 8019-0535-01 SurePower Rechargeable Lithium Ion Battery Pack 5.8 Ah Capacity, High density lithium ion chemistry, RunTime Indicator, Automatic calibration ready, Stores history of use and maintenance 25 3 8005-000103-01 R WiFi Card with Clock Sync and FIPS 22 4 8300-0500-01 SurePower 4 Bay Charging System including 4 Battery Charging adapters 2 5 603-0220011-01 X Series Monitor/Defibrillator with Expansion Pack - SpO2, Pacing, NIBP Includes: 4 trace tri-mode display monitor/ defibrillator/ printer, advisory algorithm, advanced communications package (Wi-Fi, Bluetooth, USB cellular modem capable) USB data transfer capable and large 6.5in( 16.5cm) diagonal screen. Accessories Included: Six (6) foot 3- Lead ECG cable, OneStep Patient Cable, AC Power Cord, one (1) roll printer paper, 6.6 Ah Li-ion battery, Operator Manual, Quick Reference Guide, and Five (5)-year Hospital warranty. Parameter Details: Real CPR Help - Dashboard display of CPR Depth and Rate for Adult and Pediatric patients, Visual and audio prompts to coach CPR depth (Adult patient only), Release bar to ensure adequate release off the chest, Metronome to coach rate for Adult and Pediatric patients. See-Thru ® CPR artifact filtering ZOLL Noninvasive Pacing Technology Welch Allyn NIBP with Smartcuff. 10 foot Dual Lumen hose and SureBP Reusable Adult Medium Cuff Masimo Pulse Oximetry with Signal Extraction Technology (SET), Rainbow SET® 2 6 8778-0048 4 Year Factory Warranty Included with the Device Part number above to provide a total 5-Year Factory Warranty. 2 7 REUSE-13-2MQ Welch Allyn REUSE-13-2MQ Cuff, Thigh, 2-Tube, Twist Lock connector 2 8 REUSE-12-2MQ Welch Allyn REUSE-12-2MQ Cuff, Lg Adult, 2- Tube, Twist Lock connector 2 9 REUSE-10-2MQ Welch Allyn REUSE-10-2MQ Cuff, Small Adult, 2- Tube, Twist Lock connector 2 10 8000-001702 RD Rainbow SET MD20-12 Patient Cable, 12ft 2 11 8000-001814 RD SET DCI Adult Reusable Sensor, 3ft 2 12 8000-0580-01 Six Hour Rechargeable, SurePower II Smart Battery 2 13 8508-001103-01 ZOLL AED 3® BLS Package Includes: Product Documentation, ZOLL AED 3 Battery Pack, Carry Case, CPR Uni-padz. Six (6) year factory warranty. 5 14 8000-000696 ZOLL AED 3 Battery Pack 5 15 8593-001103-01 ZOLL AED 3® BLS Hospital Training Package Includes: ZOLL AED 3 BLS Hospital Training Package - AED 3 BLS Non-Clinical Unit, Training Power Adapter, ZOLL AED Simulator, 2 sets CPR Uni-Padz, III Training. 1 16 8000-0835-01 AED Plus Demo Manikin Includes manikin torso with velcro strips attached and a separate head with hardware for attachment 1 17 37120005201310012 R Series ALS Non-Clinical: Masimo SpO2, OneStep Pacing, EtCO2, NIBP, Expansion Pack, ECG Cable --NOT FOR CLINICAL USE-- Includes: Guidelines 2020 compatible, Code Readiness testing system, High current Rectilinear Biphasic Waveform, OneStep 3 lead ECG cable, Advisory Defibrillation, Built-in test port, AC Power Cord, Operators manual, and 90 Day hospital warranty. Parameter Details: Real CPR Help ® - Numeric display of CPR Depth and Rate for Adult and Pediatric patients, Visual and audio prompts to coach CPR depth (Adult patient only), Release bar to ensure adequate release off the chest, Metronome to coach rate for Adult and Pediatric patients. See-Thru ® CPR artifact filtering, Defib Mentor OneStep Pacing with OneStep Pacing Cable (also supports CPR) NIBP with 23-33cm reusable cuff & 3 meter air hose Masimo Pulse Oximetry with Signal Extraction Technology (SET) and Reusable adult sensor & reusable 4 ft ext. cable 1 18 8200-000100-01 Single Bay Charger for the SurePower and SurePower II batteries 1 19 8019-0535-01 SurePower Rechargeable Lithium Ion Battery Pack 5.8 Ah Capacity, High density lithium ion chemistry, RunTime Indicator, Automatic calibration ready, Stores history of use and maintenance 1 20 9143-0001 128 MB Compact Flash Data Card ""For use with R Series only"" 1 21 8700-0893-01 R Series Training Kit Includes AP manikin, See-Thru CPR simulator, OneStep Training Cable and Electrode (training cable with CPR sensor and Y-connector for simulator connection and OneStep training electrode- adult and pediatric), Training Manual, In-Service DVD and Replacement OneStep Training Electrodes- ( adult and pediatric) (8 per case). 1 INSTALLATION AND TRAINING: Installation, staff training, and manuals, are required as part of this procurement. Delivery and installation must be coordinated with the local COR. PRODUCT DELIVERY and PERFORMANCE PERIOD: The VA requires the Contractor to deliver the products no earlier than September 15, 2025, and no later than Nov 1, 2025. LOCATION: The new Tulsa VA Medical Center will be located at 440 S. Houston Ave, Tulsa, Oklahoma 74127. The Contractor shall furnish all contract oversight, management, Technically Trained Personnel, OEM authorizations to support provision and installation of OEM products, applicable licenses, uniforms, equipment, tools, materials, supplies, storage, insurances, shipping and delivery costs, and transportations necessary to provide the products, and associated installation, for EOVAHCS in accordance with this SOW. Any services associated with this product are considered non-personal services. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the SOW and shall be considered employees of the Contractor. RFI Submission Instructions: VA requests a clear, concise, and complete response to this RFI. Responses and questions due by 07/08/2025 at 1200PM Central Time by emailing Latasha Redwine-Lemons at email address latasha.redwine-lemons@va.gov. QUESTIONNAIRE Company Name and POC Details (representatives name, title, phone, email, address). Company UEI number. It is anticipated that NAICS code 339112 SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING will apply to this procurement. To determine a business as small, the SBA has capped the size standard for this NAICS code at 1,000 employees. What size is your company as it relates to the SBA size standard for NAICS 339112? Socioeconomic data: If a small business, what type of small business are you? Is your firm a small business under NAICS 339112? YES NO Is your firm a Veteran-Owned Small Business? YES NO Is your firm a Service-Disabled Veteran-Owned Small Business? YES NO Is your firm a 8(a) small business? YES NO Is you firm a certified HUB Zone firm? YES NO Is your firm a Woman Owned business? YES NO Is your firm a Large Business? YES NO List your Company Qualifications. Explain briefly your company s capability to provide the entire range of requirements. Specifically, please provide a brief summary of your technical approach to meet the requirements specified in this notice. Does your company sell / distribute / install the products listed in this notice? Circle all the apply to your company: sell / distribute / install. If you are an authorized distributer and/or authorized installer, please provide signed documentation (e.g. letter from OEM s legal department) demonstrating that you are authorized by the manufacturer to distribute and/or install their product. Must have an Authorized Distributor Letter from the manufacturer if not the manufacturer. Please specify place of manufacture. Who would be providing the products? (circle all that apply) Our firm would be the Primary Contractor providing products. Our Subcontractor would be providing products. Who would be installing the products? (circle all that apply) Our firm would be the Primary Contractor installing products. Our Subcontractor would be installing products. State if your company is able to comply with the following for non-IT products. Nonmanufacturer Rule per 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii). What is the country of origin for the non-IT products you would be selling? Trade Agreements per FAR provision 52.225-5 and FAR clause 52.225-6. List details of how your non-IT products meet the Trade Agreements Act. Do you have a GSA/FSS/NASA SEWP/NITAAC schedule for these items? YES NO Schedule Number: Expiration Date: DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may email the sender of the RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95910c27d1f34c228d2c911b3d542c77/view)
 
Place of Performance
Address: Tulsa VA Medical Center 440 S. Houston Ave, Tulsa, OK 74127, USA
Zip Code: 74127
Country: USA
 
Record
SN07487807-F 20250626/250624230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.