460-24-009 CLC and Fourth Floor Patient Elopement
Agency: VISN 4
Location: Delaware
NAICS: 238210
| Agency | VISN 4 |
|---|---|
| Deadline | 05/06/26 |
| Posted | 05/01/26 |
| Estimated Value | $65,000 - $95,000 (AI estimate) |
| Set Aside | None |
| NAICS | 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing |
| PSC | 6515 - Medical And Surgical Instruments, Equipment, And Supplies |
| Location | Wilmington VA Medical Center Wilmington, DE United States |
STATEMENT OF NEED Zoll Zenix Series Advanced Defibrillators INTRODUCTION/BACKGROUND: Wilmington VAMC requires modern, reliable hospital defibrillator/monitors to support advanced resuscitation and patient transport within the facility. The ZOLL Zenix platform (or equal) provides multi-parameter monitoring, defibrillation, pacing, CPR feedback, and data integration capabilities required for patient care. The following is being requested to be utilized by our two Rapid Response Teams in ICU and ED to respond to any code alerts within the main bldg. and outside bldg. areas. As of right now our outside bldgs. only have the capability to support AED only. With the Zoll Zenix series this is particularly suited for more advanced life support situation, and the compact size and weight make it easy for our Rapid Response Team to transport. Currently we have Zoll brand defibrillators R series on our emergency crash carts and all the necessary supplies which staff are already trained on. The Zoll Zenix has the same defib connection pads as our R series. PRODUCT/SPECIFICATIONS: SCOPE: The Department of Veterans Affairs, Wilmington VA Medical Center requests a brand name or equal procurement for the purchase of new Zoll Zenix Series Advanced Monitor/Defibrillator because it meets our needs for enhancing patient safety, accessibility, portability, and advanced monitoring capabilities. This is a brand name or equal for the following: Zoll Zenix. The following items are requested: Line No. Part No. Description Qty 001 8116-14-41-22331-00- USA Zenix Monitor/Defibrillator, Hospital, Ultimate CCT Configuration + 12L 12-Lead, Pacing, SpO2, EtCO2, NIBP, IBP/Temp, Real CPR Help, Real BVM Help - Includes: SurePower 4 Battery, Zenix Power Cord (NA), Zenix MFC Cable, Zenix 12-lead ECG Cable (AAMI), Zenix Accuvent Z-Link Cable, Masimo RD Rainbow SET Patient Cable, Masimo RD SET Adult Reuseable SpO2 Sensor, IRMA CO2 Analyzer, Zenix NIBP Patient Hose, Zenix NIBP Cuff (Reusable, Adult Plus), Zenix IBP Z-Link Cable (Abbott), Zenix Temperature Z-Link Cable, Zenix, Z-Fold Paper, Zenix MFC Self Test Plug Kit and Five (5)-year Hospital warranty. Parameter Details: Real CPR Help - Dashboard display of CPR Depth and Rate for Adult and Pediatric patients, Visual and audio prompts to coach CPR depth (Adult patient only), Release bar to ensure adequate release off the chest, Metronome to coach rate for Adult and Pediatric patients. See-Thru CPR artifact filtering 12-Lead ECG with Inovise Interpretative Algorithm (Full 12 ECG lead view with both dynamic and static 12-lead mode display. 12- Lead ECG cable - includes 4-Lead limb lead cable and removable precordial 6-Lead set) ZOLL Noninvasive Pacing Technology Real BVM Help: Dashboard provides real-time ventilation feedback on both volume and rate for intubated and non-intubated patients. AccuVent Z-Link Cable included. (Accuvent disposable sensors sold separately) SunTech NIBP technology. 10 foot single lumen hose and SunTech Reusable Adult Plus Cuff included Two Temperature monitoring channels with digital displays. One Temperature Z-Link cable included. Temperature probes sold separately 2 002 8016-000111-01 SurePower 4 Battery 1 003 8016-001000 SurePower 4 Charger Adapter 004 8000-001128 AccuVent Sensors, Box of 10 5 005 8000-010109 Masimo IRMA Airway Adapter Adult, Box of 25 5 006 8016-000120-01 Zenix OneStep Connector 2 007 8016-000860-08 Zenix Carry Case, Slim 2 008 8012-0206 12-lead ECG Simulator 1 009 8000-000878-01 Zenix Fan Fold Paper, Grid, Box of 10 5 Required specifications/all equivalents must meet the following: General Weight: 13.2 lbs. (5.99 kg) with battery Dimensions: 9.4 in (23.9 cm) x 10.3 in (26.2 cm) x 8.6 in (21.8 cm) Enclosure Protection: Solid foreign object: EN 60529, IP3X Water: EN 60529, IP3X Operating Temperature: 32 to 104 F (0 to 40 C) Transport and Storage Temperature: -4 to 41 F (-20 to 5 C) Humidity: 15 to 95% (non-condensing) Vibration: 60068-2-64 Shock: 60068-2-27, 50g, 6ms half sine Drop: IEC 60068-2-31, 18 in (0.5 meters) functional drop 60601, 78 in (2 meter) safety drop Altitude: -1,276 to 15,000 feet (-389 to 4,572 meters) Monitor/Display Size: 8.4 in (21 cm) diagonal Type: Color LCD 800 x 600 touchscreen Display: Up to 4 waveforms Defibrillator Waveform: Rectilinear Biphasic waveform Patient Population: Adult, pediatric, neonatal/infant Patient Impedance Range:15 to 300 ohms (hands-free electrodes or external paddles) 7 to 300 ohms (internal paddles) Energy Selections: 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 15, 20, 30, 50, 70, 85, 100, 120, 150, 200 joules Charge Time: Less than 7 seconds with a new, fully charged battery at 77 F (25 C) for 15 successive charges Rapid Shock: Shock/No Shock decision with pre-charge of the device in 4 to 5 seconds Advisory Defibrillation: Shock Advisory Function prompts rescuers through ECG analysis, shocks and CPR throughout a rescue event. The ECG is analyzed with shock/no shock decision provided to rescuer. Pacer Type: External transcutaneous pacing Pulse Types: Rectilinear, constant current Pulse Width: 40 ms +/- 2 ms Pacer Rate: 30 - 180 PPM (+/- 1.5% for Fixed Mode) Output Current: 10 - 140 mA +/- 5% or 5 mA (whichever is greater) Minimum Pacer Output: 10 mA Modes: Demand, Fixed Output Protection: Fully defibrillator protected and isolated Cardioversion Synchronized defibrillator pulse to patients' R wave. "SYNC" message displayed on monitor and markers shown on both monitor and recorded ECG. Real-Time Clinical Feedback See-Thru CPR: See-Thru CPR: Removes compression-related artifact from the ECG via an adaptive filtering technique. Real CPR Help: Real-time depth and rate feedback. CPR Dashboard: Numeric readout of pediatric and adult depth and rate, release indicator, perfusion performance indicator (PPI). Real BVM Help: Provides ventilation feedback including rate and tidal volume in ml ECG Monitoring Input: 3-lead, 5-lead, 12-lead cables, paddles, therapy electrodes with MFC cable Lead Selections: Paddles, Pads, I, II, III, AVR, AVL, AVF, V1-V6. Heart Rate Range:20 - 300 beats/minute Heart Rate Accuracy:3 BPM or +/- 3%, whichever is greater ECG Size Range:0.25, 0.5, 1, 2, 3, 4 cm/mV ECG Sweep Speed: User selectable25 mm/sec or 50 mm/sec External Patient Monitor Connections ECG Output: 1.0V/cm of deflection on recorder; <25ms delay from patient CO2 Patient Population: Adult, pediatric, neonatal/infant ET Tube Diameter: Single Patient Use (SPU),SPU Adult/pediatric: >4.0mm SPU Pediatric/neonatal/infant: 4.0mm Accuracy for all Conditions: +/-(0.3 kPa + 4% readings Respiration Rate: 0 to 150 +/- 1 breaths/minute Warm-Up Time: < 10 seconds (concentrations reported and full accuracy) Non-Invasive Blood Pressure Patient Population: Adult, pediatric Method: Oscillometry Control: Automatic and manual measurement Auto Mode Intervals: 1, 2, 3, 5, 10, 15, 30, 60 mins Masimo RD SET SpO SpO2 Saturation Range: 0 - 100% SpO2 Saturation Accuracy: No Motion: Adult/pediatric/infant: 70 - 100%, +/-2% Neonate: 70 - 100%, +/- 3% Motion: 70 - 100%, +/- 3% adults/pediatrics/infants/neonates SpO2 Pulse Rate Range: 25 - 240 beats/minute Masimo RD Rainbow Set SET Masimo rainbow SET SpCO: Range: 0 99% Accuracy: 1 40%, 3%, Adults/pediatrics/infants Masimo rainbow SET SpMet: Range: 0 99% Accuracy: 1 15%, 1%, Adults/pediatrics/infants/neonates Masimo rainbow SET SpHb: Range: 0 25 g/dL, 0-15.5 mmol/L,0-250 g/L Accuracy: 8-17 g/dL, 1 g/dL adults/pediatric Masimo rainbow SET SpOC: Range: 0 to 35 ml/dL Masimo Perfusion Index (PI): Range: 0.02% - 20% Masimo Pleth Variability Index (PVI): Range: 0.02% - 100% Patient Log Files Full Disclosure Data Storage: Contains continuous waveform data, treatment markers, CPR data, 12-lead snapshots, monitor snapshots, automatic snapshots, trend records and vital signs numeric updates. Full Disclosure Storage Capacity: Up to 150 patient cases with FIFO storage or to the maximum storage capability Printer / Recorder Type: High resolution thermal array Annotation: Snapshots, alarms, and treatment summaries Paper Width: 80 mm Paper Speed: 25mm and 50mm per seconds configurable Delay: 6 seconds Record Modes: Manual or automatic configurable Battery Type: Rechargeable lithium ion,10.8 Vdc, 8.61 Ah, 93 Wh Capacity: At least 4 hours of continuous monitoring with ECG, SpO2, CO2, three invasive pressure channels, two temperature channels, NIBP measurements every 15 minutes, wireless communication disabled, display brightness set to 10%, and volume set to medium (with a new, fully charged battery operating at room temperature) Weight: 1.5 lb. Recharge Time: 5 hours to fully charge, max. When charged by Zenix AC Power Adapter: 100 240 VAC 50-60 Hz, 160 VA External Data Transfer Data Transfer Port: USB (Type A and C), Wi-Fi, Bluetooth Monitor Port: Video Out Wi-Fi: 802.11 a, b, g, n and ac Bluetooth: 5.0 TRAINING: Must provide training for the rapid response teams, nurse educators and bio-med. DELIVERY: Delivery shall be within 90 days after receipt of contract. Deliver equipment to: Wilmington VA Medical Center (Attn: Shayonna Smith) 1601 Kirkwood Hwy Wilmington, DE 19805-4917 POINT OF CONTACT (POC): The identified POC for this acquisition is: Shayonna Smith, Administrative Specialist, Patient Care Services Email:shayonna.smith@va.gov Phone Number: (302) 994-2511 ext. 34853 Work Cell: (302) 588-3289 Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The POC shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification. REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells 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; If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Must have an authorized distributor letter from the original equipment manufacture. If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Equipment manufacture, Country of origin Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor3@va.gov no later than, 4:00 PM Eastern Time (ET) on May 6, 2026. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. Questions or responses will include the Source Sought number 36C24526Q0546 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov include 36C24426Q0546 in the subject line. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. End of Document
| Contact name | Andrew Taylor |
|---|---|
| Contact email | andrew.taylor3@va.gov |
| Contact phone | (724) 842-7191 |
Agency: VISN 4
Location: Delaware
NAICS: 238210
Agency: Delaware Office of Management and Budget [DE]
Location: Delaware
NAICS: Not Provided
Agency: Department of Services For Children & Families [DE]
Location: Delaware
NAICS: Not Provided
Agency: Delaware Office of Management and Budget [DE]
Location: Delaware
NAICS: Not Provided