Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

65 -- EQ67-Vascular Ultrasound Scanner - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0163
 
Archive Date
8/22/2017
 
Point of Contact
Ron Shelko
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INTRODUCTION The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting quotations and subsequently awarding a Firm-Fixed-Price contract for eight (8) Vascular Ultrasound Scanners for the Eastern Colorado Health Care System. Acquisition of these items is part of the initial outfitting and activation of the new VA Medical Center being constructed in Aurora, CO. DESCRIPTION A contract is needed for the Eastern Colorado Health Care System for eight (8) Vascular Ultrasound Scanners, basis of design being Bard Access System, Inc. Model Site-Rite eight (8) System w/Stand or equal. The contractor shall deliver all items. All items must meet all salient characteristics and the contractor shall furnish all personnel, supplies, and equipment required for delivery. PURPOSE The overall purpose is to deliver CW EQ067 - Vascular Ultrasound Scanner to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. SALIENT CHARACTERISTICS Scanner, Ultrasound Vascular Access, Nursing (JSN X2100.S) Quantity: 8 Basis of Design: Bard Access System,Inc. Model Site-Rite 8 System w/Stand or equal to Specifications/Salient Characteristics Shall visualize vessels and surrounding anatomy, needle trajectory, and final tip location Shall visualize PICC placement from beginning to end Shall measure catheter size relative to the vessel Shall visualize the maximum P-wave to confirm final catheter tip location Shall have touch screen capability Shall have personalize clinical preset and settings Shall have the ability to customize fields for documentation Shall have 4 USB ports, 1 HDMI port, and Ethernet port System storage shall be on or about 128G Screen resolution shall be on or about of 1024 x 768 Monitor size shall not be less than 10.4 Technical Specifications: Portable Ultrasound to visualize vessels, needle trajectory and final tip location Capacitive touch screen 4 USB Ports 1 HDMI port Ethernet port System Storage (128G) 1024 x 768 screen resolution Linear Transducer, 7.5- 10 MHz, with confirmation capability for PICC tip replacement with x-ray 16 channel beam former 10.4 Monitor DICOM Compatibility Simultaneous View of Catheter Tip tracking and ECG Printer Dimensions (In as much as one inch): 21 W x 25 D x 59 H (54cm W x 63cm D x 149cm H) Power Requirements Lithium Ion Battery Battery Charger 120V 50/60Hz Accessories/Configuration Options: Linear 20mm Pinpoint GT Technology Probe 16 Channel Beam Former Four of the required eight units must be equipped with the Sherlock 3CG TCS Sensor Wireless Printer with Bracket to attach to Stand Medical Equipment Roll (MER) Stand SR 8 Diamond Software Key (3CG) Combination AC Adapter and Battery Charger External Battery Pack Up to 3 hours battery life (Lithium Ion battery) ) - 8 hours or less to charge battery to full capacity Replacement Parts Kit Portable Kit. Must include a roller bag, kick-stand, probe holder. Kick-Stand Handle 21 Ga Needle Kit Training Phantom Packet (Must include two phantom probes) 1 Year Extended Warranty (one additional year beyond standard warranty) DELIVERY Delivery Timeframe: Not earlier than 6/1/17 and no later than 7/1/17 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award. The Contractor shall contact the Onsite POC to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, Research Dock, 1700 N. Wheeling Street, Aurora, CO 80045. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the Onsite POC upon completion of delivery. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of delivery. The Contractor shall conduct a joint inspection with the Onsite POC after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to Onsite POC upon completion of delivery. OPERATOR TRAINING Contractor shall provide all training materials at time of delivery. Contractor shall provide on-site training, as well as, virtual training for 20 clinicians not to exceed eight hours in two scheduled sessions. Contractor shall provide virtual online training for VA biomedical technicians for as long as needed. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the Onsite POC prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and Onsite POC is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items and its own work tools and equipment during delivery. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. ADMINISTRATIVE The solicitation will be issued as a Request for Quote (RFQ) conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business set-aside. The applicable NAICS code is 334510 with a size standard of 1,250 Employees. The solicitation will be issued on or about June 5, 2017 for approximately seven (7) calendar days. Offerors will be required to submit their quotes electronically via email. This notice is not a request for competitive offers. Questions of a technical nature will not be answered as part of this notice; however, all general questions may be submitted in writing to the issuing office via email at ronald.shelko@va.gov. Telephone calls will not be accepted. The VA reserves the right to use only Federal Business Opportunities (FBO), via the internet, to provide notification of any amendments to this notice and the subsequent issuance of the solicitation. It is the contractor s responsibility to view FBO daily for any amendments to this notice and the subsequent issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0163/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0163 VA701-17-Q-0163.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525482&FileName=VA701-17-Q-0163-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525482&FileName=VA701-17-Q-0163-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04520329-W 20170526/170524234943-efe4359f08ff7480a83767d13c457a72 (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.