Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

66 -- GE Logiq E Ultrasound Machine

Notice Date
9/3/2010
 
Notice Type
Presolicitation
 
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)-2010-328-DDC
 
Archive Date
9/28/2010
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisitions OA, DERA intends to procure a name brand or equal specialized piece of equipment: GE Logiq E Ultrasound Machine, for the Division of Intramural Research (DIR) Laboratory of Animal Medicine and Surgery (LAMS). The portable unit/system is needed for the diagnostic ultrasound of multiple research projects being conducted at the NIH, and must be compatible with the existing DICOM storage system. This requirement is under the North American Industry Classification System (NAICS) 334516 Analytical laboratory Instrument Manufacturing, Size Standard is 500 employees. The Small Business Set-Asides does not apply for this requirement. SPECIFICATIONS: 1. GE Logiq e General Electric- Vet Basic Equine BT’09 2. USB Cable, 6' compatible to the base unit Cable- 1 EA 3. Hard carrying case compatible to the base unit Hard case- 1 EA 4. Soft Carrying case Compatible to the base unit Soft case- 1 EA 5. On-Site Training with Veterinary Application Specialist On-Site Training (standard) 1 EA 6. Keyboard cover -compatible to the base unit- 1 EA 7. Ultrasound Unit includes the following compatible Ultrasound probes for multi-application capabilities: A. Multi-frequency convex transducer (range of 2.5-5 Mhz for flexibility) compatible to the base unit - 1 EA B. Multi-frequency Linear transducer (range of 5-13 Mhz for penetration flexibility - compatible to the base unit - 1 EA C. Multi-frequency microconvex transducer (frequency range from 4-10 Mhz for flexibility)- compatible to the base unit - 1EA 8. CrossXBeam or equivalent imaging Software - can be used with all Transducers (standard) 1 EA 9. Speckle Reduction imaging (SRI) or equivalent can be used with all transducers - 1EA 10. Color & Anatomical M-Mode can be used with all Transducers-Imaging SW -1 EA 11. DICOM 3.0 or higher included and standard with unit 12. Ability to manipulate raw DICOM imaging data post-processing standard with unit 13. Ability to retrieve previous raw data for serial studies standard with unit 14. Cart w/power cord Compatible to the base unit Cart - 1 EA 15. SONY UP-D897 equal or compatible Thermal printer connection to base unit through digital connection - 1 EA In addition, quoted ultrasound machine must meet or exceed the following specifications: Minimum specifications: 1. 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. no more than 9.1 kg (20 lb.) 2. Lithium-Ion Battery Pack (standard) with minimum active battery life of 2 hours and (5 hours on stand-by)( included and standard) 3. Electrical Power Voltage - 100- 240 V AC Frequency - 50/60 Hz Power Max. - 130 VA with Peripherals 4. Ultrasound Unit Wired for both wireless and LAN Support and A. For full DICOM 3.0 connectivity- Standard B. For Network Storage (Image store to PC without DICOM system) C. Export reports via USB port, Network, DVD-R Burner ( or equivalent) D. Export output formats - AVI, UPEG, standard DICOM E. Unit Capable of "hot-swapping" transducers 5. USB ECG (AHA / IEC) Support 6. Continuous Wave Doppler Support 7. Veterinary Specific Presets Installed Software - standard 8. Rear handle 9. User Interface 10. Console Design - Laptop Style 11. Internal Hard Drive - (minimum of 50GB and upgradeable) 12. Complete post-exam capabilities 13. Real-time Split Screen Capabilities 14. Zoom Capabilities 15. Phased Array Sector Support 16. Unit must support the following Doppler Modes: Color Velocity Doppler, Power Doppler, Pulsed Wave Doppler, Directional Power, Continuous Wave Doppler, Tissue Doppler, and Tissue Harmonics 18. OPERATOR KEYBOARD 1. Alphanumeric Keyboard 2. Ergonomic Hard Key Operations 3. Integrated Recording Keys for Remote Control of Peripheral Devices and DICOM Devices 4. 6 Time-Gain-Compensation (TGC) Pods, with Re-mapping functionality at any depth 5. Backlight keys 19. DISPLAY SCREEN 1. 15 inch High-Resolution Color LCD - Display size - 1024 x 768 2. Interactive Dynamic Software Menu 3. Open Angle Adjustable - 0 to 160° 4. Integrated Speakers 5. Brightness Adjustment 6. Audio Volume Adjustment 20. Warranty - Minimum of 1 year parts and labor and provide loaner within 24 hours 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 The Government=s estimated expected delivery date is 30 days or sooner after receipt of the purchase order. The reference number NHLBI-PB-(HL)-2010-328-DDC. Proposals are due September 13, 2010 by 7:30 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government=s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offeror=s proposal=s must include itemized price lists of charges, complete description of product and services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company, and ORCA be current. The offeror must also register in the Government=s Contractor Registry System. Note: www.ccr.gov. The proposal must reference ASolicitation number@ NHLBI-PB-(HL)-2010-328-DDC. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov, fax are not accepted. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-328-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02267619-W 20100905/100903235111-3a051a2c1c0ae5eb0f9558a73b0e81b8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.