The RFP Database
New business relationships start here

Boehringer Suction Regulators


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(1) The solicitation number VA259-15-Q-0037is issued as a request for quotation (RFQ).

(2) This solicitation is unrestricted under NAICS code 339113.

(3) Contract Line Item number:    4

(4) Line Items Description of requirements for the items to be acquired:

Line
Item     Product#        Description                        Qty    
1    3844            CARE 4 SUCTION REGULATOR                75 EA

2    2469            HIGH FLOW BUBBLE BARB                75 EA

3    1493            HCG CHEMETRON                    75 EA

4    9100            TRAP BOTTLE                         75 EA


PRODUCT DESCRIPTIONS/SPECIFICATIONS
Boehringer Suction Regulators


The VA Salt Lake City Health Care System (VASLCHCS) currently owns 300+ Boehringer Suction Wall Units. New regulations require three regulators in each critical care area patient room; SICU (10 rooms x 3=30), MICU (8 rooms x 3=24), Telemetry (14 rooms x 2=28). The facility is currently showing a shortfall of these wall regulators in telemetry, PACU, and surgery rooms.

The VASLCHCS has trial tested several brands of regulators and Boehringer Suction Units is the choice of our trial committee. The previous units required costly maintenance and repairs per unit, and a short warranty period. Boehringer' s current warranty is 12 years per units, best in the industry, so the VASLCHCS will incur zero cost in maintenance and repairs.

Care 4 is the ONLY four mode suction regulator. It allows standardization to use the same suction regulator throughout the hospital. Emergency Departments, Operating Rooms, Recovery Rooms, ICU's, Step Down units and procedure areas at the VASLCHCS will have a single durable instrument for all of their clinical suction needs.

The Care 4 provides patients with a suction device that has a dedicated FULL LINE vacuum mode and cannot be manually adjusted to potentially unsafe suction ranges. A current practice that allows the clinician to unknowingly expose patients to high vacuum, or allow for indwelling catheters to be left for long periods at high vacuum. The design of the Care 4 maintains the intermitting and continuous modes to vacuum levels clinically appropriate for routine adult interventions, but if higher levels are needed for emergent or surgical needs the clinician can quickly select this level of vacuum. A safety interlock also prevents inadvertent application this level of high vacuum.

The Care 4 will be used hospital-wide for suction therapy procedures needing Continuous of Intermitting suction including closed suction, deep suction and oral care. Also may be used in areas need high-flow, high-vacuum on demand.

Features Required:
oModes: Off/ Intermit/Continuous / Full Line.
o0-200 mmHg regulated suction.
oFull Line Suction, with safety interlock
oPatented, wide view XL Gauge with color-coded fields that can be read from a distance or from the side.
oNo calibration required.
o12 Year Warranty.
oSelf-Cleaning Technologyb" Protects against flooding and failure.
oValidated Reprocessing Methods Utilizing 270B0 F / 4 minute steam autoclave.
oFine resolution control knob.

END OF DESCRIPTIONS/SPECIFICATIONS


(5) Delivery: 30 Days ARO, FOB Destination, Deliver To:

VA Health Care System
500 Foothill Drive
ATTN: Warehouse Bldg. 7/logistics/biomed
Salt Lake City, UT 84148-0001

(6) Clause 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.

(7) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Product shall meet or exceed the specifications listed in the line item. Any substitution must provide detailed product descriptions and justification as to how the product deemed met or exceeded. No partial quote or shipment will be accepted.

(8) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

(9) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(10) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition with consideration to 52.219-6, Notice of Total Small Business Set-Aside and 52.225-1, Buy American Act-Supplies.

(11) Offer, in writing, due by 2:00pm MST, November 5, 2014

(12) Inquiry and offer submission shall be addressed/submitted to the point of contact: Silentip Tubtim, Silentip.tubtim@va.gov

Silentip Tubtim

silentip.tubtim@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP