Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 8 PM
Sources Sought
Seattle Washington

CADD Ambulatory Infusion Pumps

Details

Solicitation ID 36C26025Q0629
Posted Date 26 Jun 2025 at 8 PM
Response Date 07 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 260-network Contract Office 20 (36c260)
Agency Department Of Veterans Affairs
Location Seattle Washington United states 98108

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

National Industries For The Blind

Wayne Earth city Alexandria

Caterpillar Incorporated

Peoria Nampa Greenfield Mossville Decatur Mankato

Sign up to access Documents

Signup now

Salient Characteristic Documentation for CADD Pumps

CADD ambulatory infusion pumps provide reliable performance and accurate medication delivery to patients. Compact, lightweight, and easy to operate. Pumps transition easily from hospital care to home care environments.  The CADD®-Solis VIP (variable infusion profile) Ambulatory Infusion Pump is designed to facilitate patient care for a variety of adult and pediatric patients and clinical care areas. The pump can be programmed with a protocol configuration consisting of a therapy, qualifier, and drug information. The pump delivers via the following delivery profiles: PCA, continuous, intermittent, variable stepped rate, and tapered infusions for analgesia, chemotherapy, hydration, antibiotics, immune globulin, and TPN.

The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to any social economic category vendor that is capable and authorized to fulfill this requirement. PUGET SOUND VAMC is seeking to procure CADD-SOLIS INFUSION PUMPS for use at their PUGET SOUND VAMC facility. This is an unrestricted/open market sources sought notification. This request is for a Brand Name or Equal.

Manufacturer and/or authorized distributors which can provide the following necessary item(s).

1.  PUMP KIT, CADD-SOLIS INFUSION PUMP, (MFG: SMITHS MEDICAL (Model 2110))

Salient Characteristics:

  • The CADD Ambulatory Infusion pump must provide reliable accurate medication delivery to patient
  • Must be lightweight and easy to operate
  • Must have transportability easily from hospital care to home care environment
  • Pump will be designed to facilitate patient care for adult and pediatric patients in home or clinical care departments
  • The Pump must have programming with a protocol configuration consisting of therapy, qualifier, and drug information
  • Must have delivery profile for: PCA, continuous intermittent, variable stepped rate, tapered infusions for analgesia, chemotherapy, hydration, antibiotics, immune globulin, and TPN
  • Must have wireless connection so the patient can be mobile while receiving accurate medication
  • Must have pain management system used for neuraxial, perineurial and IV therapies for labor and delivery as well in adult and pediatric pain management
  • Must have programmed intermittent Bolus (PIB) that can provide target distribution that will knock out the pain
  • Must have preschedule bolus to schedule before pain escalates
  • Must have on-screen color graphs and trending data providing immediate patient assessment
  • Must have help screen assisting patient with troubleshooting

Potential contractors shall provide, at a minimum, the following information to [email protected].

1) Company name, address, and point of contact, phone number, e-mail address, and DUNS.

2) Please identify your company’s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113. To be considered a small business your company must have fewer than 1000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following:

[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)

[ ] yes [ ] no Veteran Owned Small Business (VOSB)

[ ] yes [ ] no Small Business Manufacturers

[ ] yes [ ] no All other Small Business (SB)

[ ] yes [ ] no Other than Small Business

5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

6) This is a “brand name or equal” requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that “equal” products must meet to satisfy the Government’s needs. To be considered for any potential solicitation, offers of “equal” products, including “equal” products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the “equal” item meets or exceeds the salient characteristics required by the Government.

Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at https://veterans.certify.sba.gov.

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).

The Buy American, provides a preference for domestic end products for supplies acquired for use in the United States IAW 52.225-1 and 52.225-2. Please list any items requested that fall under this requirement.

Response due date is 07/07/25 no later than 14:00pm AKST. Please reply to [email protected]

Delivery would be to:

PUGET SOUND VAMC

1660 SOUTH COLUMBIAN WAY

SEATTLE, WA 98108

Similar Opportunities

Similar Awards

Location Unknown 09 Oct 2012 at 8 PM
Wilson New york 27 Sep 2018 at 6 PM
Portsmouth Rhode island 24 Sep 2014 at 10 AM
Saint paul Minnesota Not Specified