Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

65 -- SonoSite S II Ultrasound System - Attachment

Notice Date
8/4/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0718
 
Response Due
8/9/2017
 
Archive Date
8/9/2017
 
Point of Contact
Danja Jevon Holly
 
E-Mail Address
5-4321<br
 
Small Business Set-Aside
N/A
 
Description
4 Statement of Work SONOSITE SII (ULTRASOUND) 23 November 2016 644-470-17-00003 Phoenix Veterans Administration Health Care Services 650 E. Indian School Road Phoenix, AZ 85012 Background: The IV Therapy Department is requesting two pieces of ultrasound equipment. The team is currently borrowing ultrasound machines from Interventional Radiology and the Emergency Department. Each RN would like their own piece of equipment to perform procedures on patients simultaneously which will increase patient thru out. The IV Therapy RNs require ultrasound machines with superior image quality to avoid nerves, muscle tissue, lymph nodes and tendons during the placement of peripheral IV (PIV) lines, midlines and peripheral inserted central catheter (PICC) lines as well as other potential vascular access procedures. The SonoSite II ultrasound technology has increased penetration (6cm) and contrast resolution, which is needed to prevent complications that can result in nerve injury for patients and is offered at a better price. It also has a color Doppler feature, which at times is needed to differentiate between arteries and veins. The superior image quality is indispensable and allows the user to more readily see, assess, and cannulate the vein. Arterial vessels need to be clearly delineated to avoid laceration, puncture or injury. The Sonosite II is very different from the vein finder for accessing vasculature and is superior for the invasive procedures because of its horizontal view and increased depth capabilities to access the Cephalic, Basilic, Brachial veins and to visualize nerve bundles. The SonoSite II carries a five-year warranty. Ultrasound requirements: magnification and depth down to 6cm, large screen, auto gain, calipers (to measure diameter), touchscreen, battery and AC capabilities, contrast adjustment, light weight transducer, color Doppler, and superior image quality. Currently, the IV Therapy Department places lines to facilitate blood draws and intravenous medications in all areas of the hospital such as ED, MICU, SICU, 4D, 4C, 3B, 2C, CLC, and outpatient clinics. When a patient requires a scan with contrast, or in a procedural area such as GI, IR, Nuc Med, PET/CT or Surgery, and they cannot start the PIV, the staff will call on the IV Team to place a line. The ultrasound guided vascular access device allows the procedure to be completed, rather than cancelled or delayed, which increases patient satisfaction. It is ideal to have a clear imagery on the ultrasound, be able to competently perform a venous assessment and do the procedure under ultrasound guidance. Peripheral IV is the most frequently performed invasive procedure in the hospital. Patients going home on IV antibiotics may incur longer hospital stays awaiting placement of PICC lines by radiology if the IV Therapy team does not have a functioning ultrasound available. The patient information can be entered in to the system as a source of identifying for the printed image so if needs to add to the patients medical record but, also the information can be deleted manually. Periodic upgrades are provided by the vendor. Upgrades provided on portable media and contain monolithic images of the entire system. There is no requirement for this system to be connected to any network in the facilities. This equipment does not hold or store patient information. In accordance with Appendix A, Handbook 6500.6 Checklist block 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required, In accordance with Appendix A, Handbook 6500.6 Checked block 7, Due to the non-technical nature of this requirement there is no information to be protected. The period of performance will be 30 days after receipt of award. 2.0 SPECIFICATIONS: System weight 12.6 lbs./5.70 kg with battery Dimensions 17.6" x 11.5" x 4.8" / 44.7 cm x 29.3 cm x 12.3 cm Display 12.1 /30.7 cm diagonal LCD (NTSC or PAL) with chemically-etched glass layer Viewing Angles: 85 ° up/down/left/right Architecture: All-digital broadband Dynamic: range Up to 165 dB Gray scale: 256 shades HIPAA compliance: Comprehensive tool set 3.0 TASKS: 4.0 Delivery and Shipping Information: The contractor shall provide the following for shipment and delivery of equipment: All items shall be shipped to the following location: BSN CRNI VA-BC PVAHCS 650 E. Indian School Road Phoenix, AZ 85012-1892 5.0 TRAVEL: The contractor is responsible for all travel-related costs associated with any on-site delivery of the Ultra-Sound machine. 6.0 DELIVERABLES: Deliverable No. Item Quantity Delivery Date 0001 L22406 SONOSITE S II Ultrasound System One (1) Within 30 Days of receipt of award. 0002 P22162 - DICOM (Print, Store, Worklist, MPPS, Storage Commit) One (1) Within 30 Days of receipt of award. 0003 P07691 - L25X / 13-6 MHZ Transducer Transverse Biopsy Compatible One (1) Within 30 Days of receipt of award. 0004 L09823 - Power Supply One (1) Within 30 Days of receipt of award. 0005 P22524 - SII Transducer Holder Kit One (1) Within 30 Days of receipt of award. 0003 Cleaning Instructions and Restrictions - TO BE COMPLETED AT NO COST Submitted with bid. 0004 Operation Manual, including repair and maintenance schedule - TO BE COMPLETED AT NO COST Within 30 Days of receipt of award. 0005 WARRANTY INFORMATION/ 5-YR-WARRANTY - 60 MONTHS - STANDARD COVERAGE WARRANTY Submitted with bid. 7.0 CONFIDENTIALITY AND NONDISCLOSURE: This item does not hold any patient information therefore a security package is not required. In accordance with Appendix A, Handbook 6500.6 Checklist blocks 6, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. Due to the non-technical nature of this requirement, in reference to no. 7 there is no information to be protected. If vendor needs access during delivery, assembly or installation, the contractor shall be escorted by a VA employee at all times to ensure there is no exposure to VA sensitive information. 8.0 GOVERNMENT FURNISHED EQUIPMENT: N/A 9.0 HIPPA Compliance: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0718/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0718 VA258-17-Q-0718.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711345&FileName=VA258-17-Q-0718-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711345&FileName=VA258-17-Q-0718-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: BSN CRNI VA-BC;PVAHCS;650 E. Indian School Road;Phoenix
Zip Code: AZ
 
Record
SN04614181-W 20170806/170804232222-d24045cd1cc3af3eaf80c989d1896462 (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.