DOCUMENT
65 -- FibroScan® 502 Touch Brand Name Only - Attachment
- Notice Date
- 6/7/2017
- Notice Type
- Attachment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25917Q0583
- Response Due
- 6/19/2017
- Archive Date
- 7/19/2017
- Point of Contact
- Overton Spence
- E-Mail Address
-
7.5931<br
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK (SOW) FibroScan The Salt Lake City Veterans Health Care System is in the need to purchase the FibroScan system. Medicine Services will use the FibroScan to diagnose and treat patients with liver disease. The FibroScan will monitor and detect hepatic steatosis and by utilizing transient elastography to identify veterans with NAFLD and significant fibrosis. The system will also assist in guiding HCV anti-viral therapy based on the fibrosis status. Determine the need for HCC surveillance before and after SVR. Monitor fibrosis progression in treatment naïve or failure veterans who cannot undergo treatment. Monitor fibrosis regression after SVR. Less sampling error compared to liver biopsy. Description Implementation of the FibroScan502Touchr will provide a crucial tool for the treatment and diagnosis of Hepatitis patients and NAFLD-NASH. Salt Lake City VA will be able to quickly implement the FibroScan502Touchr platform and will provide a cost-beneficial method for treating the veteran population that suffers from Liver Disease. FibroScan technology has been validated in over 1300 publications on the effectiveness, efficacy and accuracy of VCTE and CAP to help aid Physicians in their treatment of Liver Disease. The Device is designed specifically for use in the liver with the goal of providing consistent quantitative results, over time and among different operators. The Device uses factory settings to guide the operator for proper probe selection, positioning, and pressure. Each exam consists of 10 painless readings, from which the median result will be taken and variability assessed. While there is no formal certification required for users, the user will be trained on the use of this device. As a non-invasive measure of liver stiffness, this device provides an improved patient satisfaction over invasive modalities, and appears to meet the expectations of patients SALIENT CHARACTERISTICS Basis of Design: FibroScan ® 502 Touch Brand Name Only Quantity: 1 Specifications/Salient Characteristics: Proposed device must include - M/XL Probe, Cap Software, Install, Training, and 1 Year Premium Service: - Includes initial training session at time of installation and one on-site follow up training session within 12 months (up to 6 certified operators total). - includes Annual probe calibration, Fibroview Report, All Inclusive On-site training, All Inclusive Repair parts, All Inclusive On-site repair, All Inclusive Guaranteed loaner probe for calibration, All Inclusive DICOM Connectivity & Maintenance, All Inclusive Fibroview Data Solution & Maintenance, All Inclusive Loaner FibroScan (*If on site repair exceeds 5 business days). Hardware 17 Touch Screen Optimal comfort & image quality in all situations High contrast & brightness Wide viewing angle Advanced electronics for fast and effective examination High speed elastrometry engine Front and rear handles Easy to move and manipulate Smart Tools Automated Probe Selection Indicator to recommend the probe best suited to the patient s morphology Liver Targeting Tool Indicator to help select the optimal measurement point Characterizes the quality of the ultrasonic signal Pressure Indicator Provides visual feedback on the applied pressure prior to taking a measurement FibroScan reports Generate and edit reports Personalize reports with hospital logo and address Print report Archive PDF Report Probes Two different ergonomic probes enable you to address a full range of clinical and morphological needs. These probes should be designed to ensure reliable data in all patient types. Software Tactile interface with a new design Optimized ergonomy & data workflow User-Friendly interface Easy to use Patient data management Organized by patient data Multi-criteria search DELIVERY Delivery Timeframe: Medicine Services, Internal Medicine no earlier than June 15, 2017 and no later than July 15, 2017. 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 of 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 Salt Lake City Health Care System: 500 Foothill Drive Salt Lake City, UT 84148. 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 manufacture s name marked thereon. Deliveries shall be marked with the PO# and contract number. Delivery shall be coordinated through the Onsite POC. 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 a date when the identified deficiencies will be addressed if not addressed on the date of delivery. 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 Digital Copies - Quantity (1) 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. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery. 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. The contractor will provide necessary documentation for equipment access to patient/VA information. 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. Scope The contractor shall deliver all items as stated in the SOQ no later than 07/10/17. Items to be purchased: Brand Name Only FibroScan 502 Touch Package - M/XL Probe, Cap Software, Install, Training, and 1 Year Premium Service FibroScan 502 Touch Package with M Probe, XL Probe, Cap Software, Installation, Training, and 1 Year Premium Service Plan - Includes initial training session at time of installation and one on-site follow up training session within 12 months (up to 6 certified operators total). Premium Service 1 Year includes Annual probe calibration, Fibroview Report, All Inclusive On-site training, All Inclusive Repair parts, All Inclusive On-site repair, All Inclusive Guaranteed loaner probe for calibration, All Inclusive DICOM Connectivity & Maintenance, All Inclusive Fibroview Data Solution & Maintenance, All Inclusive Loaner Fibroscan (*If on site repair exceeds 5 business days) END OF STATEMENT OF WORK
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0583/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-Q-0583 VA259-17-Q-0583.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3559019&FileName=VA259-17-Q-0583-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3559019&FileName=VA259-17-Q-0583-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-Q-0583 VA259-17-Q-0583.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3559019&FileName=VA259-17-Q-0583-000.docx)
- Place of Performance
- Address: 500 Foothill Dr;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN04535613-W 20170609/170607234730-09518d27b5b41a46533d3fe395c7a16f (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 |