6515–Digital Monitoring System
Notice ID: 36C26225Q1431

This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 19 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with (IAW) Far 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a transcutaneous blood gas and pulse oximetry monitoring system and components. Manufacturer: Sentec Item Description: V-Sign Sensor VS-A/P/N (1/Pk) Quantity: 2 Manufacturer Part Number: 101342 Manufacturer: Sentec Item Description: Multi-Site Attachment Ring for Mature, Intact Skin MARe-MI [48/PK] Quantity: 1 Manufacturer Part Number: 102162 Manufacturer: Sentec Item Description: Contact Gel Single Dose GEL-SD [90/PK] Quantity: 1 Manufacturer Part Number: 102246 Manufacturer: Sentec Item Description: Membrane Changer MC [3/PK] Quantity: 1 Manufacturer Part Number: 102540 Manufacturer: Sentec Item Description: Staysite Adhesive SA-MAR [24/PK] Quantity: 1 Manufacturer Part Number: 102594 Manufacturer: Sentec Item Description: tCOM+ Hospital USA Quantity: 2 Manufacturer Part Number: 104255 Manufacturer: Sentec Item Description: PSG Cable *specify sleep system Quantity: 2 Manufacturer Part Number: PSG* tCOM+ Manufacturer: Sentec Item Description: tCOM+ Calibration Gas 103149 [4/PK] Quantity: 1 Manufacturer Part Number: tCOM-GAS Equal to product Information: Main component: Transcutaneous blood gas and pulse oximetry monitoring system and components. Salient Characteristics Must: Have digital sensor technology that allows for correlations to blood gases and sensor stabilization Have up to 12 hours continuous site times Have a 28-day membrane life Duration of use for the calibration gas must be at least 4 weeks Be able to adjust the sensor temperature to 42 degrees Celsius Be able to detach the sensor from the patient for up to 30 minutes without having to re-calibrate the system Have the ability to connect into GE/Phillips monitors via RS-232 cable currently in use at the Tuscon VAMC Have the ability to measure CO2, SPO2, and pulse rate Have the ability to disable visual and audible alarms Have application ring designs be able to pull the sensor into place with minimal pressure and provide full 360-degree sensor rotation Screen on system must be able to dim The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of salient characteristics requirements. For instances where your company cannot meet the salient characteristics requirement(s), please explain. For instances where your company can meet the salient characteristics requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of salient characteristics requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of salient characteristics? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, August 29th, 2025 by 4:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.

Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Contract Opportunities
Notice Type
Presolicitation
Updated Date
2025-08-27
Published Date
2025-08-27
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with