Non-Invasive Ventilators "Brand name or equal" - Travis AFB, CA
ID: FA442725Q1025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for the procurement of eight Non-Invasive Ventilators, preferably the Nihon Kohden NK330 model or an equivalent, along with necessary accessories and staff training. These ventilators are crucial for providing non-invasive ventilation and high flow oxygen therapy to both adult and pediatric patients, featuring integrated dual HEPA filtration and continuous monitoring capabilities. Interested small businesses must submit their quotes by February 28, 2025, ensuring compliance with the outlined technical specifications and pricing criteria, with the primary contact for inquiries being Juliet Diggs at juliet.diggs.1@us.af.mil or 707-424-7772.

    Files
    Title
    Posted
    The 60th Contracting Squadron at Travis Air Force Base is soliciting quotes for Non-Invasive Ventilators through a Request for Quotation (RFQ), designated FA442725Q1025. The RFQ targets small businesses and follows the guidelines set out in the Federal Acquisition Regulation (FAR). Prospective offerors must submit quotes by 28 February 2025, specifying pricing and technical capability to meet the Government's needs as outlined in the Statement of Need. The RFQ includes specific contract line item numbers (CLINs) for eight Non-Invasive Ventilators, alongside additional equipment such as respirator ventilator trolleys and masks. Key evaluation factors include technical capability and pricing, with the Government retaining discretion to select offers beyond the lowest price provided they offer additional benefits. Offerors must also ensure compliance with specific FAR clauses related to telecommunications and represent their socioeconomic status. The document emphasizes that cancellation rights are held by the Government and specifies points of contact for queries. This request illustrates the ongoing effort to procure essential healthcare equipment from small business vendors while adhering to federal contracting protocols.
    The document outlines the standards and procedures for determining the responsibility of prospective contractors in federal procurements, following the Federal Acquisition Regulation (FAR) 9.103 policy. It emphasizes that only responsible contractors can be considered for contract awards, necessitating an affirmative determination by the contracting officer. The responsibilities include having adequate financial resources, complying with delivery schedules, maintaining a satisfactory performance record, and possessing necessary technical skills and equipment. Contractors are required to submit various documentation to verify their eligibility, including financial statements, performance history, integrity certifications, organizational capabilities, and production information. Specific information is mandated to prove each factor's assessment, ensuring that only qualified entities receive contracts under federal and state RFPs. This focus aims to avoid potential issues related to contract defaults or performance failures by prioritizing contractor reliability and accountability in government dealings.
    The David Grant Medical Center, located at Travis Air Force Base, requires eight (8) Non-Invasive Ventilators, specifically the Nihon Kohden NK330 model or similar, along with necessary accessories and staff training. These ventilators must support both adult and pediatric patients, featuring non-invasive ventilation and high flow oxygen therapy capabilities, integrated dual HEPA filtration, and continuous CO2 and SpO2 monitoring. Each unit should provide clinical data for up to 72 hours and be adaptable for intrahospital transport. Additionally, requirements include specific NPPV masks, trolleys for transport, and comprehensive training for 25 staff members. A standard warranty is expected, with delivery mandated within 60 days post-contract award. The designated contact for further inquiries is Mr. Paul Plamenco. This request aligns with government procurement processes geared toward enhancing medical care quality at federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--673 | Special | Stock Item | Ventilators | First Nation Group
    Buyer not available
    The Department of Veterans Affairs is issuing a special notice for the procurement of ventilators specifically designed for patients with chronic respiratory conditions. The requirement includes life-support equipment featuring Volume Assured Pressure Support (VAPS) mode, which is critical for managing conditions such as chronic obstructive pulmonary disease and neuromuscular disorders. The exclusive supplier for the required ResMed products is First Nation Group, a Service-Disabled Veteran-Owned Small Business (SDVOSB), with delivery expected within 30 days to the HRCT warehouse in Tampa, Florida. Interested firms must express their interest and ability to meet the requirements by February 14, 2025, and can contact Contracting Officer Jose J Hernandez at jose.hernandez@va.gov or by phone at 352-381-5708 for further details.
    25--VENTILATOR,AIR CIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking qualified vendors for the procurement of ventilators and air circulation equipment. This opportunity is categorized as a Total Small Business Set-Aside, aimed at enhancing the supply of vehicular equipment components, specifically under the NAICS code 336390. The goods are critical for maintaining operational readiness and ensuring the functionality of military vehicles. Interested parties should direct their inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation emphasizes the importance of timely responses from small businesses in the industry.
    W065--V23 HO2/Ventilator Service & Supplies Contract (VA-26-00000384)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Ventilator Service & Supplies Contract (Solicitation Number 36C26325Q0452) aimed at providing home ventilation and oxygen delivery services for veterans in the VISN 23 area, which includes North Dakota, South Dakota, Minnesota, Iowa, and Nebraska. The procurement intends to consolidate separate contracts into one, requiring vendors to demonstrate their capability to deliver both services or either one, along with relevant certifications and experience. This initiative is crucial for ensuring continuous and effective respiratory care for approximately 5,400 oxygen users and 93 ventilator users, emphasizing compliance with regulatory standards and the safety of high-risk veterans. Interested parties must submit their responses via email to the contracting officer, Curt LaRose, by February 28, 2025, at 10:00 AM Central Time, and are encouraged to review the complete Scope of Work attached to the notice.
    6515--Ventilators, MA, 36C255-25-AP-0833, 657-25-1-2723-0016 (VA-25-00035233)
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying ventilators for the Marion VA Medical Center in Illinois. The VA seeks detailed information from interested parties, including company capabilities, past performance, and business classifications, to assess the market before potential procurement actions. This initiative underscores the importance of obtaining high-quality medical supplies while ensuring compliance with federal regulations, particularly the prohibition of gray market items and the requirement for original equipment manufacturer (OEM) or authorized distributor products. Interested vendors must submit their responses to Contracting Officer Paul Dixon by 2:00 p.m. (CST) on February 21, 2025, at paul.dixon@va.gov.
    6515--600-25-1-441-0025 Puritan Bennett 980 Ventilator
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential sources for the procurement of the Puritan Bennett 980 ventilator and related products for the VA Long Beach Healthcare System. This Request for Information (RFI) aims to identify qualified vendors capable of meeting specific product characteristics, including various ventilation modes, advanced monitoring capabilities, and essential safety features. The initiative underscores the VA's commitment to providing advanced medical equipment to support healthcare efforts for veterans, ensuring optimal patient care and equipment reliability. Interested vendors are encouraged to submit their capabilities statements by February 18, 2025, to Contract Specialist Emiljan Golemi at emiljan.golemi@va.gov.
    16--OXYGEN CONCENTRATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of an oxygen concentrator, identified by NSN 7R-1680-016102324-E7, in support of Foreign Military Sales. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data for the part is not sufficiently available for open competition. Interested parties must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with contact for inquiries directed to Kristin Clemens at (215) 697-3814 or via email at KRISTIN.CLEMENS@NAVY.MIL.
    NX EQ Heart-Lung Bypass Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.
    6515--NX EQ Powered Air Purifying Respirators
    Buyer not available
    The Department of Veterans Affairs is seeking suppliers for Powered Air-purifying Respirators (PAPRs), specifically the 3M® Versaflow Easy Clean PAPR Kit TR-300N+ ECK 1 or equivalent, through a Sources Sought Notice. The procurement aims to identify vendors capable of meeting the Veterans Health Administration’s requirements for respiratory protection equipment, with specifications including a minimum battery runtime of eight hours, alarm systems for battery and filter alerts, and NIOSH approval. These respirators are crucial for ensuring the safety and respiratory protection of healthcare personnel across VA medical centers nationwide. Interested vendors must be registered in the System for Award Management (SAM) and verified as Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB), with the primary contact for inquiries being Anthony Zibolski at anthony.zibolski@va.gov or 240-215-0598.
    Ventilator Calibration Maintenance Service Yokosuka, Japan
    Buyer not available
    The Defense Health Agency (DHA) is seeking to award a sole source contract for ventilator calibration maintenance services at the U.S. Naval Medical Treatment Facility in Yokosuka, Japan. The contract will cover the calibration of six ventilators, requiring services to be performed twice a year by trained personnel, with all associated labor and costs included. This service is critical for ensuring the operational readiness and safety of medical equipment used in healthcare settings. Interested parties may submit capability statements, limited to four pages, by February 14, 2025, although this notice does not invite competitive proposals. For further inquiries, contact Marcela Cervantes at marcela.cervantes.civ@health.mil.
    Oxygen Concentrator RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding the procurement of an oxygen concentrator to support trauma patients in military settings. This Request for Information (RFI) aims to gather market research data to identify companies capable of providing solutions that meet specific performance criteria, including oxygen concentration levels, flow rates, and ruggedness compliant with military standards. The oxygen concentrator is crucial for addressing low oxygen levels in trauma patients, particularly those with conditions such as traumatic brain injuries, thereby enhancing medical support systems on the battlefield. Interested parties should submit their responses detailing their capabilities and relevant experience to Allison James at usaf.detrick.afmra.mbx.sg5t-market@health.mil, with the submission timeline and additional details outlined in the provided documents.