Federal Bid

Last Updated on 19 Jan 2024 at 2 PM
Special Notice
Albany New york

6515--Intent to Sole Source Lucas 3, v3.1 Chest Compression System

Solicitation ID 36C24224Q0135
Posted Date 19 Jan 2024 at 2 PM
Archive Date 16 Feb 2024 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 242-Network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location Albany New york United states 12208
This is a notice of intent to award a sole source contract and is not a request for quotes. The Department of Veterans Affairs, VISN 2, Finger Lakes Health Care System, Bath Campus intends to award a Firm Fixed Price (FFP), brand name only, sole source action. Name of Contractor: Stryker Medical Street Address: PO Box 93308 City, State, Zip: Chicago, IL 60673-3308 GENERAL INFORMATION Title of Project: Lucas 3, v3.1 Chest Compression System with Accessories Type of Contract Contemplated: Firm Fixed Price SCOPE One (1) each brand name only Lucas 3, v3.1 Chest Compression System with Accessories for the VA Finger Lakes Health Care System Fire Department Paramedics. REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS Common Nomenclature: Lucas 3, v3.1 Chest Compression System Intended use: One (1) each brand name only Lucas 3, v3.1 Chest Compression System for the VA Finger Lakes Health Care System Fire Department Paramedics. Other pertinent information that describes the item, material or service required: One (1) Each LUCAS 3, v3.1 Chest Compression System, Part #: 99576-000063 System Includes: - Hard Shell Case - Slim Back Plate - (2) Patient Straps - (1) Stabilization Strap - (2) Suction Cups - (1) Rechargeable Battery and instruction for use. Accessories: One (1) LUCAS External Power Supply, Part #: 11576-000071 One (1) LUCAS 3 Battery Dark Grey Rechargeable LiPo, Part #: 11576-000080 One (1) LUCAS Disposable Suction Cup (3-Pack), Part #: 11576-000046 One (1) LUCAS Grip Tape for Slim Back Plate, Part #: 11576-000089OTHER UNIQUE ADDITIONAL CHARACTERISTICS REQUIREMENTS The device must be capable of operating off battery or A/C power supply in the even of extended transport or battery failure. The device must be a 2-piece design with the smaller piece being rigid and being able to be slid under the patient without having to log roll the patient. The device must be capable of fitting horizontally into a storage cabinet no more than 26 wide. The device assembled dimensions must be no more then 22 x 20.5 x 9.4 inches, and in the carrying case 22.8 x 13 x 10.2 inches. The device must be compact and portable, suitable for various settings, including pre-hospital and in-hospital use. The device must have an ease of application and quick set up, facilitating rapid deployment during emergencies. The device must be a motorized piston, so all the load is directed at the heart. The device must limit the ability of having to log roll a patient during application. Should be able to lift the patient s torso and slide the back plate under from the head. Log rolling a patient on to a chest compression system can waste valuable time. The device must have less than 10 second interruptions when transitioning from manual to mechanical CPR. The device must adhere to established guidelines and protocols, ensuring compatibility with standard resuscitation practices. The device to have real time feedback features to assist users in optimizing compression quality. The device must have a rate of compression of 102 +/- two compressions per minute. The device must not have a patient weight limit. The chest height can be between 6.7 to 11.9 inches with a maximum chest width of 17.7 inches. DELIVERY Items will be delivered to the Department of Veterans Affairs, VISN 2, Finger Lakes Health Care System, Bath Campus. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI): None SECURITY No special security needed SPECIAL MATERIAL REQUIREMENT No special material needed. PLACE OF PERFORMANCE The Department of Veterans Affairs, VISN 2, Finger Lakes Health Care System, Bath Campus PERIOD OF PERFORMANCE 180 days ARO BILLING/INVOICING: Billed upon receipt of product. CUSTOMER INFORMATION: None This notice of intent to sole source is not a request for quotes; however, all responsible sources may submit a capability statement which shall be considered by the Government. All capability statements must be received by no later than 3:00 PM Eastern Standard Time on January 22, 2024. Responses to be submitted to Chad M. Johnson, Contracting Officer at [email protected]. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.
Bid Protests Not Available

Similar Past Bids

Fort belvoir Virginia 30 Jul 2021 at 6 PM
Spartanburg South carolina Not Specified
Location Unknown 25 Sep 2019 at 10 PM
Fort rucker Alabama 11 Sep 2020 at 2 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Columbus Ohio 23 Jul 2025 at 4 AM
Location Unknown 16 Jul 2025 at 4 AM
Colorado 19 Jul 2025 at 4 AM (estimated)
Colorado 19 Jul 2025 at 4 AM (estimated)