SOLICITATION NOTICE
66 -- Logiq E Ultrasound Machine, Laboratory of Animal Medicine and Surgery (LAMS)
- Notice Date
- 7/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(HL)-2010-245-RTP
- Archive Date
- 8/7/2010
- Point of Contact
- Ryan Pike, Phone: 3014350346, Joanna M. Magginas, Phone: (301) 435-0360
- E-Mail Address
-
ryan.pike@nih.gov, Magginaj@nhlbi.nih.gov
(ryan.pike@nih.gov, Magginaj@nhlbi.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institutes of Health (NIH), National Heart, Lung and Blood Institute (NHLBI), intends to procure a name brand or equal specialized piece of equipment: (1) GE Logiq E Ultrasound Machine e -VET Basic Equine BT ‘09. The portable unit/system is needed for the diagnostic ultrasound of multiple research projects being conducted at the NIH. Requirements: GE Logiq eGeneral Electric/AnyVeterinary Ultrasound Equipment1EA USB Cable, 6'Compatible to the base unitCable1EA Hard Carrying case Compatible to the base unitHard case1EA Soft Carrying case Compatible to the base unitSoft case1EA On-Site Training with Appl. SpecialistOn-Site Training1EA Keyboard coverCompatible to the base unit"1EA Microconvex TransducerCompatible to the base unit"1EA Linear TransducerCompatible to the base unit"1EA Convex TransducerCompatible to the base unit"1EA CrossXBeam (comp) Imaging Softwareequal or compatible"1EA Color & Anotomical M-Mode Imaging SWequal or compatible"1EA Cart w/power cordCompatible to the base unitCart1EA SONY UP-D897equal or compatibleThermal printer1EA Quoted ultrasound machine must meet or exceed the following specifications: Minimum specifications: DIMENSIONS AND WEIGHT Height 61 mm (2.49 in) console only 76.5 mm (3.12 in) with handle Width 340 mm (13.88 in) Depth 287 mm (11.71 in) console only 327 mm (13.35 in) with handle Weight with Battery approx. 4.6 kg (10.1 lb.) ELECTRICAL POWER Voltage 100- 240 V AC Frequency 50/60 Hz Power Max. 130 VA with Peripherals CONSOLE DESIGN Laptop Style Integrated HDD (80GB) Lithium-Ion Battery Pack (standard) Wired, wireless LAN Support • For DICOM communication • For Network Storage (Image store to PC without DICOM system) USB ECG (AHA / IEC) (Optional) Support CWD (Optional) Support 1 probe port with micro-connector Rear handle User Interface OPERATOR KEYBOARD Alphanumeric Keyboard Ergonomic Hard Key Operations Integrated Recording Keys for Remote Control of Peripheral Devices and DICOM Devices 6 TGC Pods, with Re-mapping functionality at any depth Backlight keys DISPLAY SCREEN 15 inch High-Resolution Color LCD • Display size: 1024x768 Interactive Dynamic Software Menu Open Angle Adjustable • 0 to 160° Integrated Speakers Brightness Adjustment Audio Volume Adjustment Equivalent offers shall provide complete specifications and/or descriptive literature for any alternates offered, stating catalog number, manufacturer, packaging. Offerors are requested to indicate any differences from the specifications listed. Failure to provide complete information may cause offer to be non-responsive Warranty period MUST be specified with months, including parts, labor and travel All offers must be F.O.B. destination Any shipping charges must be identified and listed on the response for evaluation. Partial offers will not be accepted. This request is for interested firms with the capability of providing a quote for an equal or compatible item listed above The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500 employees. SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number. Vendors may identify in writing their interest and capability in response to this requirement or submit a quote/proposal. All responses received before the closing date of this announcement will be considered by the Government. Vendors who believe they can provide the requirement may submit written notification to the Contracting Specialist "No Later Than" 2:00 PM, EST, July 23, 2010 Responses may be emailed to ryan.pike@nih.gov or faxed to: (301)480-3338 to the attention of Ryan Pike, by the deadline stated above. All vendors are hereby notified that if your quote is not received by the date/time and location specified in this notice, it will not be considered. All quotes shall be clearly marked with: Reference Number NHLBI-PB-(HL)-2010-245-RTP. This synopsis/solicitation is distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning the acquisition, including amendments, will be distributed solely through the website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. PLEASE, NO PHONE INQUIRES. The contract vehicle will be a Firm Fixed price order. Quotes will be evaluated by the following: lowest price technically acceptable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-245-RTP/listing.html)
- Place of Performance
- Address: National Institutes of Health, 14 SERVICE RD WEST BETHESDA MAIN, BLDG 14 WING E, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02208509-W 20100718/100716234949-15610325fc22139cbdb6fb34c1baf4f3 (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 |