Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

65 -- NX EQ Automated Cardiac Resuscitators (VA-26-00023098)

Notice Date
12/9/2025 12:34:37 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G26Q0018
 
Response Due
12/18/2025 7:00:00 AM
 
Archive Date
03/27/2026
 
Point of Contact
Jalima J. Jones, Contract Specialist
 
E-Mail Address
Jalima.Jones@va.gov
(Jalima.Jones@va.gov)
 
Awardee
null
 
Description
DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Automated Cardiac Resuscitators product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Stryker® brand name or equal to the Automated Cardiac Resuscitators on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver the Automated Cardiac Resuscitators to VA medical centers and facilities throughout the United States and its territories. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112- Surgical and Medical Instrument Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 800 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM.gov prior to submitting an offer or quotation. You may access the website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of proposal submission. Submissions for this source sought shall be submitted by email no later than December 18th, 2025, at 10:00am EST to all the following: Jalima.Jones@va.gov Sara.Vickroy@va.gov This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Automated Cardiac Resuscitators provide automated chest compressions and are used as a substitute for manual external cardiac compressions during cardiopulmonary resuscitation (CPR). They deliver a more consistent applied force and rate of compression than manual CPR and are designed to relieve rescuers of the exhausting effort of sustained chest compressions and to free them to more effectively manage resuscitation activities. They are designed to artificially produce blood flow in a patient during cardiac arrest. They are pneumatically or electrically driven and apply mechanical compressions cyclically to the sternum or to a wider section of the thorax, causing the heart to eject blood. Automated Cardiac Resuscitators can be used in both the out-of-hospital and in-hospital settings. The following Contract Line-Items Number (CLIN) are being considered: CLIN Manufacturer Part Number Description 0001 Stryker 99576-000063 Lucas® 3, v3.1 Chest Compression Device Includes: Hard Shell Case Slim Back Plate 2 Patient Straps Stabilization Strap Suction Cups 1 Rechargeable Battery Instructions for Use with Each Device 0002 Stryker 11576-000080 Battery - Rechargeable 0003 Stryker 11576-000060 Battery Charger - Desktop 0004 Stryker 11576-000090 Grip Tape (3-pack) for Slim Back Plate 0005 Stryker 11576-000047 Suction Cups - Disposable (12-pack) 0006 Stryker 99576-000042 Training Device 0007 Stryker 11576-000050 LUCAS Patient Straps 0008 Stryker 21576-000074 LUCAS Stabilization Stap 0009 Stryker 11576-000051 LUCAS Patient Straps (3-pack) 0010 Stryker 11576-000046 LUCAS Suction Cup (3-pack) 0011 Stryker 21576-000075 LUCAS Stabilization Strap (4-pack) 0012 Stryker 11576-000071 LUCAS Power Supply 0013 Stryker 11576-000094 LUCAS Hard Shell Carrying Case 0014 Stryker 11576-000088 LUCAS Back Plate Standard 0015 Stryker 11576-000064 LUCAS Back Plate Carbon Fiber 0016 Stryker 11576-000080 LUCAS 3.0/3/1 Battery 0017 Stryker 11576-000048 LUCAS Car Cable 0018 Stryker 11576-000060 LUCAS Battery Desktop Charger 0019 Stryker 11576-000053 Back Plate Grip Tape (3-Pack) The Department of Veterans Affairs (VA) is seeking vendors who can provide Stryker® brand name or equal Automated Cardiac Resuscitators as listed above or equal commodities which meet all the following salient characteristics (SCs): SC # SALIENT CHARACTERISTICS Applicable CLIN METHOD OF EVALUATION SC 1 Compressions Per Minute 100-120 0001, 0002, 0003, 0005 Literature Review SC 2 Compression Depth cm (in) 5cm (2in) 0001, 0005, 0006 Literature Review SC 3 Transfer Time from Manual CPR 10 Seconds 0001, 0006 Literature Review SC 4 Patient Weight: Must operate with patients weighing more than 300lbs (136kg) 0001, 0006 Literature Review SC 5 Patient Chest Width: Must operate with patients that have a chest width up to 44.9cm (17.7 in) 0001, 0006 Literature Review SC 6 Patient Sternum Height: Must operate with patients that have a chest height up to 30.3 cm (11.9 in) 0001, 0006 Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Does vendor offer an annual service plan, Yes or No? If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts? Vendors are requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? Full name and address of company CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If the distributor provides full name, business size and address of manufacturer. Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meets the identified salient characteristics and page numbers where each salient characteristic is met. Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Authorized Distributor Letter Certified by OEM with a current date. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/61d1d98fccaf4db095a4915016b7a739/view)
 
Place of Performance
Address: NATIONWIDE
 
Record
SN07661431-F 20251211/251209230047 (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.