Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOURCES SOUGHT

65 -- Brand Name or Equal Mistral Air System

Notice Date
10/23/2025 10:59:35 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0084
 
Response Due
11/3/2025 3:00:00 PM
 
Archive Date
11/18/2025
 
Point of Contact
Tracy Heath, Contract Specialist, Phone: 253-888-4903
 
E-Mail Address
tracy.heath@va.gov
(tracy.heath@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) 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 Puget Sound Health Care System, Seattle, WA is for market research purposes only to determine the availability of potential vendors with capabilities to provide the requirement described below. This Request for Information/Sources Sought Notice is for information 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 339112 (Surgical & Medical Instrument Manufacturing). The largest firm can be and still qualify as a small business for Federal Government programs is no more than 1,000 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 item 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 Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at Veteran Small Business Certification (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. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of manufacture. 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 www.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 Request for Information/Sources Sought Notice. Delivery address: Department of Veterans Affairs Puget Sound Health Care System (VAPSHCS) 1660 S. Columbian Way Seattle, WA 98108 ***Draft SALIENTS*** 1. Equipment: Brand Name or equal to Mistral Air System (qty requested 53 each) MISTRAL AIR MA-1200-US MA5200 HEIGHT ADJUSTABLE POLE MA5122 BASKET WARMER FOR ROLLING STAND 2. Specific Mandatory Tasks/Requirements: A forced-air warming system designed to raise and maintain patient body temperature via surface warming, to combat perioperative hypothermia during pre-/intra-/post-operative care. Integrated HEPA H13 filter (Nice to have a filter-change alarm at ~ 2,000 operating hours) Multi-sensor control; startup at ~38 degree C, + settings 32/38/43 degree C Quick startup time Reaches setpoint <30 seconds; accuracy +/- 2.5 degrees C at hose-end Must be lightweight and easy to operate; dimensions 16cm x 34cm x 40 cm; weight around 5.2kg Supports multiple mounting options; wall, bed rail, stretcher, IV pole (including adjustable MA5200 adjustable pole) or placed on a tabletop Noise levels Low; quiet blower design Audible/visual alarms for over-/under-temperature, blocked airflow, and overheating Safety standards: compliant with IEC 60601-1, IEC 80601-2-35, IEC 60601-1-2, AAMI/ANSI, CAN/CSA, and IP23 moisture protection Supplied with 1.8m hose (QC quick-connect option); Nice to have 3m hose available option Compatible with a wide range of single-use blankets and suits; adult, underbody, specialty, sterile options At minimum a 4-year limited warranty on the unit; filters, hoses, and disposable items covered If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on November 03, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/895d10907e604a2fbbe7251198f131a1/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound Healthcare System 1660 S. Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07627255-F 20251025/251023230040 (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.