Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
DOCUMENT

65 -- PORTABLE EDGE II ULTRASOUND BRAND NAME REQUIREMENT - Attachment

Notice Date
8/24/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 DELAFIELD ROAD;PITTSBURGH, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24418Q9599
 
Response Due
8/29/2018
 
Archive Date
9/28/2018
 
Point of Contact
AMANDA SAUNDERS
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for BRAND NAME, PORTABLE EDGE II ULTRASOUND, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9599 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 334510 code has a small business size standard of 1000. (v) Contract Line Items (CLIN): ALL CLINS ARE A BRAND NAME ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ SonoSite Edge II Ultrasound System 0002 1.00 EA __________________ __________________ Credentialing Worksheets 0003 1.00 EA __________________ __________________ Steep Needle Profiling Technology (SNP) 0004 1.00 EA __________________ __________________ Color Application Package, SonoSite EDGE II 0005 1.00 EA __________________ __________________ DICOM (Print, Store, Worklist, MPPS, Storage Commit) 0006 1.00 EA __________________ __________________ HFL50x / 15-6 MHZ Transducer Biopsy Compatible 0007 1.00 EA __________________ __________________ rC60xi / 5-2 MHz transducer Biopsy Compatible 0008 1.00 EA __________________ __________________ Powerpark System 0009 1.00 EA __________________ __________________ EDGE Stand 0010 1.00 EA __________________ __________________ Wireless Data Management 0011 1.00 EA __________________ __________________ UPX898 Sony B and W Digital and Analog Printer 0012 1.00 EA __________________ __________________ Triple Transducer Connect (TTC) w/ quick disconnect GRAND TOTAL __________________ B.6 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL CLINS SHIP TO: 503 ALTOONA DEPARTMENT OF VETERAN AFFAIRS VA MEDICAL CENTER ALTOONA 2907 PLEASANT VALLEY BLVD. ALTOONA, PA 16602 USA ALL CLINS EARLIEST DAYS ARO MARK FOR: Mayhue, Karen (814) 943-8164 karen.mayhue@va.gov (vi) Comparable products must be Brand Name in the following specifications: SALIENT CHARACTERISTICS - PRODUCT DESCRIPTION: Edge II Portable Ultrasound System weight 9.21 lbs/4.18 kg with battery Dimensions 12.8" x 12.1" x 2.5"/ 32.6 cm x 30.7 cm x 6.4 cm (L x W x H) Display 12.1"/30.7 cm diagonal LCD (NTSC or PAL) with chemicallyetched glass layer Viewing Angles 85 degrees up/down/left/right Architecture All-digital broadband Dynamic range Up to 165 dB Gray scale 256 shades HIPAA compliance Comprehensive tool set IMAGING MODES 2D / Tissue Harmonic Imaging / M-Mode Velocity Color Doppler / Color Power Doppler PW, PW Tissue Doppler and CW Doppler angle, correct after freeze IMAGE PROCESSING SonoADAPT Tissue Optimization SonoHD2 Imaging Technology Dual Imaging, Duplex Imaging, 2x pan/zoom capability, Dynamic range and gain ColorHD Technology STEEP NEEDLE PROFILING C35x - Nerve, MSK, Spine HFL38xi Nerve, MSK, Breast, Small Parts, Arterial, Venous HFL50x Nerve, MSK, Breast, Small Parts L25x Nerve, MSK, Arterial, Venous HSL25x Nerve, MSK, Arterial, Venous L38xi Nerve rC60xi Nerve, MSK USER INTERFACE AND REMAPPABLE CONTROLS Softkeys to drive advanced features Programmable A and B keys: each can be assigned by the user for increased ease of use Low profile keyboard, sealed completely to edge for maximum infection control Track pad with select key for easy operation and navigation Doppler controls: angle, steer, scale, baseline, gain and volume Image acquisition keys: review, report, clip store, save Dedicated AutoGain and exam keys to allow quick activation Color controls: size/position, angle, scale, baseline and invert TRANSDUCERS Broadband/Multifrequency: DirectClear Technology (rC60xi, rP19x) Armored Cable Technology (Optional on rC60xi, rP19x, L38xi, L52x) Linear Array, Curved Array, Phased Array, Multiplane TEE and Micro-Convex Center line marker for linear transducers Exam types: abdominal, breast, cardiology, gyn, lung, musculoskeletal, neonatal, nerve, ob, ophthalmic, orbital, small parts, spine, superficial, TCD, arterial, venous DURABILITY Drop-tested at 3 feet/91.4 cm APPLICATION SPECIFIC CALCULATIONS OB/Gyn/Fertility: Diameter/ellipse measurements, volume, ten follicle measurements, estimated fetal weight, established due date, gestational age, last menstrual period, growth charts, user-defined tables, multiple user-selectable authors, ratios, amniotic fluid index, patient report, humerus and tibia measurement and charts, HR, Fetal HR, MCA, UMBA, Ovarian Volume, Follicle Volume, Uterine Volume, Endometrial thickness Arterial: Diameter/ellipse/trace measurements, volume, volume flow, percent diameter and area reduction, Lt/Rt CCA, ICA, ECA, ICA/CCA ratio, peak trace, ICA/CCA ratio, patient report, HR, Bulb, Vertebral Artery, TAP Cardiac: LVO, Automated Cardiac Output package and patient report including: ventricular, aortic and atrial measurements; ejection fraction, volume measurements, Simpson s rule, continuity equation, pressure half-time and cardiac output; IVC Collapse Ratio, LA/RA Volume, TAPSE, PA AT, TV E, A, PHT, TVI, MV time, Pulm Veins, LV Mass, TDI e', TDI a', HR, dP:dT, Qp/Qs Ability to view EF and FS simultaneously Transcranial Doppler (TCD): Complete TCD package including Time Average Peak (TAP) ONBOARD IMAGE AND CLIP STORAGE/REVIEW 16GB internal flash memory storage capability Storage support for up to 500 patients Clip Store capability (maximum single clip length: 60 seconds) Clip Store capability via either number of heart cycles (using the ECG) or time base. Maximum storage in ECG beats mode is 10 heart cycles. Maximum storage in time base mode is 60 seconds Start/Stop toggle capability for clips USB Auto Export Encryption of patient data on system Cine review up to 255 frame-by-frame images MEASUREMENT TOOLS, PICTOGRAMS AND ANNOTATIONS 2D: Distance calipers, ellipse and manual trace Doppler: Velocity measurements, pressure half time, auto and manual trace M-Mode: Distance and time measurements, heart rate calculation User-selectable text and pictograms User-defined, application-specific annotations Biopsy guidelines CONNECTIVITY (EXTERNAL DATA MANAGEMENT) SonoSite Patient Data Archival Software (PDAS) for Wireless/Wired Image, Report Management Q-path ultrasound management system DICOM ® Image Management (TCP/IP): Print and Store, Modality Work List, Storage Commit: Modality, Perform, Procedure Step PC Workstation Image Management (TCP/IP, USB): Direct writing capability to USB 2.0 mass storage removable media (PC and MAC compatible) Supported export formats: MPEG-4 (H.264), JPEG, BMP, and HTML CONNECTIVITY (SYSTEM PORTS) Ports, External Video/Audio: USB ports (2) ECG input (1) Integrated Speakers With Mini-dock: S-Video (in/out) to VCR for record and playback DVI output Composite video output (NTSC/PAL) to VCR or video printer Audio output Ethernet or Wireless Image/Data Transfer USB Port (1) RS-232 Transfer POWER SUPPLY System operates via battery or AC power Rechargeable lithium-ion battery AC: universal power adapter, 100-240 VAC, 50/60 Hz input, 15 VDC output Less than 25 sec. from power-on to scanning EDGE II STAND AND PERIPHERALS Mini-dock, transducer and gel holders AC Cord Retainer Larger baskets with easy removal feature for cleaning Casters to prevent accidental locking Optional Triple Transducer Connect (TTC) to quickly activate transducers electronically Optional foot switch Optional PowerPark and PowerPack OPTIONAL PERIPHERALS Printers: Medical-grade black and white or color External data input devices: Bar code reader ECG Slave Cable and Adapter Kit: Used to interface with external ECG monitors ECG module: 3-lead ECG works with standard ECG leads and electrodes Bluetooth is a registered trademark of Bluetooth SIG, Inc. Mac is a trademark of Apple Inc., registered in the U.S. and other countries. DICOM is the registered trademark of the National Electrical Manufacturers Association for its standards publications relating to digital communications of medical information. SECURITY REQUIREMENT The Vendor is required to comply with physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge from the VA Police. Contractor may not have access to any VA sensitive information or computer access under this contract. No vendor computer equipment can be connected to the VA Network at any time. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on PRICE ONLY (AUTHORIZED DISTRIUBTOR LETTERS FROM THE MFG MUST BE INCLUDED) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.saunders@va.gov and received no later than 8/29/2018 AT NOON EST Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE MFG needs to be provided with your quote in order to be considered for the award. NO LATES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Amanda Saunders at amanda.saunders@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9599/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9599 36C24418Q9599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4560702&FileName=36C24418Q9599-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4560702&FileName=36C24418Q9599-000.docx

 
File Name: 36C24418Q9599 P03.Portable US signed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4560703&FileName=36C24418Q9599-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4560703&FileName=36C24418Q9599-001.pdf

 
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: VA MEDICAL CENTER ALTOONA;2907 PLEASANT VALLEY BLVD.;ALTOONA, PA
Zip Code: 16602
 
Record
SN05054634-W 20180826/180824230755-9843e053081a4cfb234441202709f458 (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.