Philips Medical Monitors **This requirement applies exclusively to GSA Small Business vendors. If you are not a GSA Small Business vendor and still choose to submit a quote, it will not be considered.
ID: H9242124Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMFORT LIBERTY, NC, 28310, 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 U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking quotes from GSA Small Business vendors for the procurement of Philips Intellivue X3 patient vital signs monitoring systems. This requirement includes a compact, lightweight, and durable monitor designed for use in austere environments, complete with all necessary attachments, docking stations, extra batteries, and charging capabilities. The Philips monitor is critical for enhancing patient outcomes during surgical care in challenging conditions, ensuring interoperability with existing equipment while maintaining operational efficiency. Interested vendors must submit their quotes by September 10, 2024, to SFC Jeffery Modlin at jeffery.s.modlin.mil@socom.mil, with a focus on technical acceptability, delivery capability, and price reasonableness.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification and approval for the procurement of Philips Intellivue X3 monitors by the Special Operations Medical Development Division (SOMEDD) for use in providing surgical care in austere environments. The selected monitor meets specific mission requirements, offering a compact, lightweight, and durable design compatible with existing equipment, thereby ensuring operational efficiency. Efforts to increase competition noted that Philips has three authorized resellers on GSA Advantage, and market research confirmed that current monitors meet all necessary performance parameters without excess capabilities that could hinder operational effectiveness. SOMEDD's existing inventory was considered, as previous devices lack interoperability with surgical bags and possess unnecessary features that increase overall weight and complexity. The document emphasizes the improved accuracy and reliability of the Philips monitor, which enhances patient outcomes in complex surgical situations. Required certifications accompany the justification, ensuring compliance with federal regulations governing limited-source procurements. This summary encapsulates a focused effort to maintain operational readiness through strategic procurement while adhering to federal contracting standards.
    The document is a Request for Quotation (RFQ) issued by the U.S. government (Solicitation Number H9242124Q0020) for the purchase of medical monitors and related components, specifically the Philips IntelliVue Multi-Measurement Module X3 and its accessories. This acquisition is set aside for small businesses and requires quote submissions by September 10, 2024. Vendors are instructed to email their quotes, including technical descriptions and pricing, by the deadline, with the assurance of holding price quotes firm for 30 days. Evaluations will primarily focus on technical acceptability, delivery capability, and price reasonableness. All items and their specifications are detailed, emphasizing the need for brand-name products and compliance with Department of Defense unique identification requirements. Additional clauses regarding compliance, certifications, and representations necessary for contract engagement are included, particularly concerning child labor regulations and manufacturing origins. Overall, this RFQ reflects federal procurement standards, aiming to ensure quality, accountability, and legal compliance in sourcing critical medical equipment for government use.
    The document outlines the salient characteristics for the procurement of an Austere Resuscitative Surgical Medical Monitor, aimed at meeting federal and state/local RFP criteria. Key requirements include FDA approval and essential monitoring capabilities such as electrocardiogram, pulse oximetry, blood pressure measurements, patient temperature, and carbon dioxide levels, with specified thresholds and objectives. The dimensions should be 10.3" x 8.5" x 3.9", ideally with a weight of 1.3 kgs for optimal portability. Power requirements emphasize a battery runtime of at least 4 hours, preferably extending to 6 hours, and an AC/DC power supply equipped with a smart charging system. The document serves as a guide for suppliers to ensure compliance with necessary regulations and specifications when submitting proposals for the medical monitor, highlighting the importance of advancing medical technologies in austere settings. Compliance with these specifications is essential for the equipment's effectiveness in emergency and surgical medical circumstances.
    Similar Opportunities
    6515--642-24-1-315-0022 | Edwards HemoSphere Advanced Monitoring System | NCO 4 Commodities 2 (VA-24-00009304)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of two Edwards LifeScience HemoSphere Advanced Monitoring Systems, intended for the anesthesiology department at the Philadelphia VA Medical Center. This acquisition aims to enhance monitoring capabilities during high-risk surgical procedures, focusing on improving patient safety and reducing recovery times through the system's unique predictive monitoring features. The procurement is justified as a single-source acquisition due to the specialized nature of the product and the absence of comparable alternatives, with proposals due by September 19, 2024, at 2:00 PM EDT. Interested parties can contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov or by phone at 570-899-6581 for further details.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    MSC Hatteland Monitor Replacements
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for operational capabilities on TAO Class vessels. This procurement is critical as existing Hatteland models are being phased out, and the unique specifications necessitate a non-competitive acquisition process to ensure compatibility and compliance with maritime certifications. Interested small businesses must submit their quotes electronically by September 19, 2024, with a firm-fixed price purchase order expected to be awarded by October 11, 2024. For further inquiries, potential offerors can contact Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Pulse Oximeter-fingertip
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA TROOP SUPPORT is anticipated for the establishment of a Qualified Suppliers Listing (QSL) for Pulse Oximeter-fingertip. This product line includes battery operated, small, lightweight, fingertip pulse oximeters used for noninvasive monitoring of oxygen saturation and pulse readings. The oximeters are designed for use in hospitals, outpatient clinics, and operational environments. The objective is to solicit information and products for evaluation to create a QSL, which will be the basis of a separate Standardization Action resulting in an Incentive Agreement. Vendors interested in participating must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Medical/Surgical Prime Vendor (MSPV) for each MMESO Area of Responsibility. All items proposed for inclusion in the QSL must be on DAPA for the DLA Troop Support MSPV program and manufactured in a Trade Agreements Act (TAA) Compliant Country. The release of the QSL Announcement is imminent and all relevant information will be available on the beta.SAM.gov website. This notice is for information purposes only and does not require submission of proposals or qualifications at this time.
    GILAir Air Sampling Pump Service
    Active
    Dept Of Defense
    The U.S. Army Special Operations Command, part of the Department of Defense, intends to negotiate a sole-source contract with Sensidyne, LP for the service and maintenance of ten GilAir Plus air sampling pumps. The procurement includes essential services such as calibration, software updates, and battery replacements, as Sensidyne is the only authorized service provider for these specific pumps. These air sampling pumps are critical for ensuring safety and compliance in various operational environments, highlighting the importance of reliable maintenance support. Interested organizations may submit their capabilities and qualifications for future acquisitions to Jason San Juan at jason.g.sanjuan.civ@socom.mil and Sandra Bramble at sandra.g.bramble@socom.mil, with the contract anticipated to be awarded under the authority of FAR 6.302-1.
    BRAND NAME OEM INTERSPIRO VOICE AMPLIFIERS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of 40 Interspiro Voice Amplifiers, specifically part number 3092-1200C, under a Total Small Business Set-Aside. This firm-fixed-price supply contract is essential for the Military Sealift Command, ensuring that the new equipment integrates seamlessly with existing safety systems aboard the USNS Lewis and Clark (T-AKE 1), particularly the SCBA face masks. The solicitation is set to close on September 20, 2024, with a required delivery date of September 15, 2024, and interested vendors must register in the System for Award Management (SAM) and submit their offers to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.