SOURCES SOUGHT
65 -- RECOVERY - Purchase of new Digital Radiographic/Fluoroscopic X-Ray Equipment for the Indian Health Service Whiteriver Hospital, Whiteriver, AZ
- Notice Date
- 12/28/2009
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- IHS1079140
- Archive Date
- 1/19/2010
- Point of Contact
- Barry J. Prince, Phone: (214) 767-8590, Dan D. Finley, Phone: 214-767-5255
- E-Mail Address
-
Barry.prince@ihs.gov, dan.finley@ihs.gov
(Barry.prince@ihs.gov, dan.finley@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY – THIS IS NOT A REQUEST FOR QUOTATIONS OR REQUEST FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS FOR MARKET RESEARCH PURPOSES. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. THIS ORDER IS FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. This Sources Sought notice is issued for information and planning purposes only. Any procurement that may result from this notice will be funded in whole, or in part, by the American Reinvestment and Recovery Act (AARA) of 2009. No solicitation is currently available, and no unsolicited proposals will be entertained as a result of this Sources Sought notice. As a result of this market research, if at least two qualified small businesses are identified, the resulting competitive procurement will be conducted as a small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 423450, size standard and number of employees 100 or less. All “qualified” interested small business are encouraged to respond to this announcement by no later than Monday, January 4, 2010, 4:00 PM CT, by submitting an email with your qualifications to: Bonnie L. Hicks, Contracting Officer, at Bonnie.hicks@ihs.gov, cc:ing Barry.prince@ihs.gov. The subject line of the email should specifically read: “Sources Sought Announcement – Radiographic/Fluoroscopic X-Ray Equipment”. REQUIREMENT: This is a sources sought announcement seeking factory-authorized vendors to provide a new digital fluoroscopy x-ray machine for the Indian Health Service Whiteriver Hospital (IHSWRH). Vendors must be capable of providing equipment that meets these requirements; vendors that cannot provide equipment and service that meets these requirements will not be considered. Qualified vendors will be required to provide factory-authorized training to the IHSWRH personnel for the use and maintenance of the computerized radiography equipment. Vendor must also be capable for providing factory-authorized installation of the system for use of fluoroscopy exams such as barium enemas, upper GI and VCUG studies using the digital spot fluoroscopy tower. A large number of upright knees and feet are performed, only overhead tubes that extend to the floor will be considered. The vendor must provide state-of-the-art supplies that have a minimum documented uptime of 98%. Vendors will be required to submit preplanning documentation that shall include: power, heat dissipation, temperature & humidity limits, weight, safety and service clearances, data/network requirements, other utilities required, and photos or illustrations of the equipment with dimensions and a suggested/required room layout. The vendor must be able to provide a fluoroscopic imaging system specifically optimized for bariatric use and shall describe the unique features of their system for this application. The vendor must be able to provide a system that is able to image thick body parts adjacent to thin body parts without loss of image quality. The table shall have a motorized 4-way float motion and shall tilt from 90/45 degrees. The table must be suitable for bariatric applications with a maximum weight limit of 500 pounds. The vendor shall be able to provide a table tope that has a radiopacity of 1.0 mm ai equivalent or less at 100 kVp and the table shall be of extra heavy duty universal diagnostic type. The system shall have a selected/high resolution image intensifier or flat panel detector with a normal field of view (FOV) of at least 14 inches in diameter. The vendor is required to provide an image intensifier that has a minimum conversion factor of 150 (CD/m2)/(mR/sec) and a minimum FOV resolution of 3.8 1p/mm for large FOV and 4.2 1p/mm for medium and small FOV. The unit shall employ a CCD television camera, the television chain shall have a 1024 line camera for fluoroscopy and digital photospots and shall include automatic gain compensation. The unit shall have a minimum 1000/1 signal-to-noise ratio and a minimum bandwidth of 15mHz. The unit shall include circular blanking. The TV monitors shall be 14” or larger. The unit requires a digital photo spot with a 1024 line system. The unit is required to have a “last image hold” with window width and level controls and basic image processing for edge enhancement and latitude compression. Images should be displayed on a monitor in the x-ray room and control room. The system shall include the ability to store fluoro images in a DICOM format and be capable of sending them to PACS. The system shall include a “last fluoro hold” feature which can be stored and sent to PACS. The system shall in a DVD burner for storing the digital photo spot images, fluoro loops, and last image hold images. The x-ray generator shall be 80kW and shall have a maximum rating of 150kVp. The generator shall be operable in a manual mode for quality control testing of the undertable R&F x-ray tube and the overhead x-ray tube. The unit shall indicate the technique factors on the control console and on the images. The generator shall include anatomic programming for fluoroscopy, digital photo spots, and overhead tube images. Exposure reproducibility shall be within 5% and linearity shall be less than 10%. The generators shall operate in both 2-point and 3-point modes. Digital spot and overhead systems should be capable of making exposures in 1 second or less once the exposure switch is pushed. The undertable tube shall have a target angle of 12 degrees. The undertable tube shall have focal spot sizes of 0.6 mm small and 1.0 mm large. The undertable minimum focal spot 1/10 sec kW ratings high speed rotation shall be 40 kW small and 60 kW large. The overtable tube target angle shall be 10 – 12 degrees. The overtable tube shall have focal spot sizes 0.4-0.6 mm small and 1.2-1.5 mm large. The overtable minimum focal spot 1/10 sec kW ratings high speed rotation shall be 25 kW small and 70 kW large. The x-ray tube collimators shall incorporate a positive beam limitation (PBL) device that limits the x-ray field to the CR detector size for all FFDs and detector orientations in both automatic and manuel modes. The fluoroscopic automatic brightness should work at two or three image intensifier exposure rates which are controlled by operator selectable push button switches. Exposure control switches for low, medium, and high dose rates should be located on the image intensifier or at table side and should change the input phosphor exposure rate by at lease a factor of two. The video signal and TV monitor brightness should be maintained by appropriate changes in video gain of the TV camera. If the higher exposure rate is selected the lower exposure rate would be reverted automatically after a predetermined and variable delay or when the fluoroscopic exposure is interrupted and restarted. The fluoroscopic exposure mA and kVp of the unit shall be visible to the operator. The unit shall have control of room lights for the table side. The fluoroscopic grid shall have two positions, in or out of the x-ray field. The fluoroscopic grid shall have a 150-150 line grid and a 10.1 ratio. The fluoroscopic grid shall have a 28-32 inch focus. The fluoroscopic grid shall have carbon fiber interspaces. It is imperative that the system employs method to reduce fluoroscopic dose. The system should indicate the cumulative dose, instantaneous dose rate, and instantaneous and cumulative dose area product on the control console or on the video display monitor. It should also indicate the kVp, mA, pulse rate, and added beam filtration on the control console and on the video display monitor. It shall maintain a record of the dose information that can be stored along with the images. The overhead tube shall employ an undertable aec detector. This detector shall include 3 chamber automatic exposure controls (aec). The photo timer chambers shall produce variations in response in dr exposure indices of less than or equal to +/- 25% for patient thickness of 3” to 14”, and x-ray tube voltage of 60 to 120 kVp. The photo timer chambers shall be balanced with a maximum variation in response in dr exposure indices of +/- 25%. The unit shall have a 10/1 grid with 80 – 103 lines/inch. The table and upright bucky unit should be oscillating and capable of exposure times of less that 5 msec with visible gridlines. The table and upright bucky grid should be fiber interspaced with carbon fiber covering. The grids shall have a focal range of 38-42 inches. The upright bucky stand shall be able to move to the floor. The overhead tube will have automatic tracking with the upright bucky and shall extend to the floor. Technologists shall be able to process images, print images, archive images, and send images to workstations from the control console. The control console shall incorporate features including zooming, panning, contrast, window level, and width adjustment of the image and roi analysis. The device shall be capable of interfacing with VistA Imaging. Any proposed modality must be approved by the VA Validation group. The digital fluoroscopy and radiographic system shall import patient data from the radiology department’s RIS/HIS system. The system shall include DICOM send and print functions for digital photospot, fluoroscopy last image hold, and overhead digital radiography. The image intensifier shall include a leaded drape to shield the operator from scattered x-rays. The vendor shall assure parts availability for all equipment/systems covered under the contract. The vendor shall maintain a stock level capable of supplying a part to meet the necessary response time and uptime guarantees. The vendor shall supply customer phone support services, both technical and software consultation, 24 hours per day, 7 days per week. The vendor shall be able to implement a problem escalation plan for all equipment, 24 hours per day 7 days per week. Bids must include trade in of a 15 year old GE Advantix R/F system as well as de-installation and disposal of the GE Advantix system.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/IHS1079140/listing.html)
- Place of Performance
- Address: Indain Health Service Whiteriver Hospital, Whiteriver, Arizona, United States
- Record
- SN02032000-W 20091230/091228234152-9296056d655836e7c6a36ea89c72f5e2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |