Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

65 -- Ultrasound System - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719Q1105
 
Response Due
9/16/2019
 
Archive Date
10/16/2019
 
Point of Contact
Richard Bogle
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Network Contracting Office (NCO) 07, Augusta VA Medical Center has a requirement for an Ultrasound System. The objective of the project is to provide two dual-digital radiography (DR) podiatric systems that will help increase imaging efficiency and quality and reduce liability of continuous panel movement The North American Industry Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing Department of Veterans Affairs Augusta VA Medical Center intends to award a Firm Fixed Price Contract for an Ultrasound System.). This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 03 (eff. 06/12/2019). This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 339112 Surgical and Medical Instrument Manufacturing and the business size standard is 1000.   PLEASE address each salient characteristic as your item must meet or exceed each specification. This RFQ will be Awarded based on LPTA; No Grey Item Retailer(s); must be authorized dealers at time of the publishing of this RFQ. Salient Characteristics The equipment must be capable of operating in B Mode, M-Mode, Color Doppler, and Color Power Doppler (CPD) modes. It must support transducers with linear, phased array and curved array formats. It must include a limited array of measurement and calculation packages. The specific requirements for this equipment are the following: System Specifications Dimensions: 17.6 x 11.5 x 4.8 / 44.7 cm x 29.3 cm x 12.3 cm With battery Monitor: 12.1 /30.7 cm diagonal LCD (NTSC or PAL) Monitor Viewing Angle: 85 degrees up/down/left/right Image Size: 185 mm x 138 mm Screen Size: not less than 12.1 (246 mm x 138 mm) Screen Resolution: not less than 800 x 600 Architecture: All digital broadband Gray Scale: not less than 256 shades Cine Review available: Up to 255 frame-by-frame images Dynamic Range: Up to 165 dB HIPAA Compliance Clinical display brightness: max 450 cd/m2, default (level 8) at 350 cd/m2 Warranty & Service Five-year standard warranty on the system. Five-year standard warranty on rP19x, r60xi, ICTx, L38xi, L25x, HFL50x, HFL38xi, HSL25x, P10x, C35x and C11x transducers. Two- year warranty on L52 One-year standard warranty on battery and accessories Next business day loaner or replacement where available Transducer Specifications Transducer Exam Types Bandwidth (MHz) Elements scan depth (cm) needle guide P10x Abd, Crd, Neonatal 8-4 64 14 fixed angle C11x Abd, Art, Neonatal, Nrv, Ven, (vet) 8-5 96 13.5 N/A HFL38xi Nrv, Msk, Bre, Smp, Ven, Art, lung 13-6 192 6 multiple fixed angle variable angle HSL25x Nrv, Ven, Art, Msk, Lung, Sup, Oph 13-6 128 6 N/A P11x Vascular, Venous 10-5 96 12 Disposable Sterile Kit L52x (vet) OB, Arterial, Msk 10-5 128 15 N/A rP19x Abd, Crd, lung, OB 5-1 64 35 N/A rC60xi Abd, OB, Gyn, Msk, Nrv 5-2 128 30 multiple fixed angle variable angle ICTx OB, Gyn 9-5 128 13 fixed angle L38xi Art, Ven, Nrv, Smp, lung 10-5 128 9 multiple fixed angle variable angle C35x Abd, Msk, Nrv, OB, Spine 8-3 128 15 multiple fixed angle variable angle C8x Prostate 8-5 11.5 L25x Art, Ven, Msk, Nrv, Sup, Oph, lung 13-6 128 6 variable angle transverse HFL50x Bre, Msk, Nrv, Smp 15-6 256 6 multiple fixed angle variable angle Image Modes 2D/B-mode Broadband Imaging Tissue Harmonic Imaging Steep needle profiling Velocity Color Doppler (CVD) Color Power Doppler (CPD) M-Mode (Distance and time measurements, heart rate calculations) Steep Needle Profiling Available on these transducers and exams: HFL50x: Breast, MSK, Nerve, Small Parts L38xi: Nerve L25x: Nerve, Venous, Arterial, MSK HSL25x: Nerve, Venous, Arterial, MSK HFL38xi: Breast, MSK, Nerve, Small Parts, Arterial, Venous rC60xi: MSK, Nerve C35x: Nerve, MSK, Spine B-Mode Imaging B- mode Controls: Depth 2D Mode (Near, Far, and Overall Gain) Autogain 2D Mode THI 2D optimization (Res, Gen, Pen) Dynamic Range (7) Image Orientation (U/R, U/L, D/L, D/R) Screen depth: 1.5 35cm Support acquisition frame rate up to 150Hz. B-mode Imaging features Tissue harmonic imaging (THI) SonoHD2 SonoMB ColorHD Up to 2 x pan/zoom Support up to three focal zones to improve resolution uniformity Support individual live scanning on each side of the dual imaging display Support seamless dual imaging display as extended field of view Color Imaging: CVD and CPD CVD/CPD Controls/options Color Gain Color Type (CVD, CPD) Color Scale Color Optimization (High, Mid, Low) Color Wall Filter Color Steer Angle Adjust Color box size and position Max PRF used is 12500Hz. Transducer Technology DirectClear Technology Armored Cable Technology Linear Array, Curved Array, Phased Array, and Micro-Convex Center line marker linear transducers User Interface Clinical Display Information Gain/Depth control via knobs Gain Control through Knob: Overall, Near, Far Adaptive touchscreen display with menus optimized for current system rat Persistent controls on adaptive touchpad for commonly used controls. (Scan/Freeze, Modes, Print, Save Clip, Save Image) Touchscreen manipulation for Calipers, Zoom, and Color Box (Virtual trackpad also available) Dedicated controls for AutoGain, Optimization (Res, Gen, Pen) Onboard Image and Clip Storage Review 2D Cine Review M Mode Cine Review Internal Flash Memory Storage support for up to 500 patients, 100 Studies Prospective Clip Store Start/Stop Toggle capability for Clips Video clip playback at 1, ½ or ¼ of the captured rate Video Clip Save Lengths: 2, 4, 6, 10, 15, 30 and 60 seconds. USB Auto Export Image Format: JPEG, MP4, BMP Export Format: HTML JPEG Compression Options: High, Medium, Low Worksheets EMED Worksheets (Fast, Procedural, Gallbladder, Kidney, AAA, OB) Musculoskeletal Worksheets (Shoulder, Knee, Elbow, Hand/Wrist, Ankle/Foot, Hip) Generic Measurements Up to 8 generic measurements at once 2D: Distance, Ellipse, Manual Trace measurements, Bladder Volume M-mode: All points guided workflow, distance and time measurements, Heart Rate User selectable text and pictograms User defined, application specific annotations 2 Calculation Packages OB/Gyn/Fertility OB/Gyn/Fertility: Diameter/ellipse measurements, volume, 10 follicle measurements 2D OB Calculation Package Measurements: EFD, EDD, gestational age, LMP, growth chart, multi user selectable authors, ratios, AFI, patient report, humerus, and tibial measurement and charts. Heartrate Arterial 1. Diameter/ellipse/trace measurements, percent diameter and area reduction, patient report Cardiac Ejection Fraction, volume measurements, volume, percent diameter and area reduction, patient report Ability to view EF and FS simultaneously DICOM Image Management Print, Store, Modality Worklist, Modality Perform Procedure Step (MPPS), Storage Commitment Direct writing capability to USB 2.0 mass storage removable media (PC and MAC compatible) DICOM 3.0 compliant Encryption of Patient Data on System Connectivity and External Data Management 3 USB 2.0 Ports Encryption of data on system Ethernet Port Storage capacity alert if internal storage is less than 10% Barcode auto-query (populates patients demographic from worklist) HDMI video out connector Composite video output (NTSC/PAL) Audio output SonoSite Patient Data Archival Software (PDAS) for Wireless/Wired Image, Report Management (optional feature) Wireless Solutions External Wireless Option: 802.11 (B, G, and N networking) Security policies: Open, WEP, Shared WEP, Radius, WPA, and WPA2 Key management protocols: WEP64, WEP128, and WPA/WPA2 (Personal and Enterprise) Allow location specific connectivity configuration Accessories Medical Grade Black and White Printer USB Bar Code Reader Hydraulic height adjustment stands, dedicated gel holder, tray (with lockable drawer), and large storage basket Elevated custom fit Transducer holder AC Cord Retainer Cable management hooks for auxiliary cables External Power Docking Station External battery for increased scan time Encrypted USB drive Power Supply 1. System operates via battery or AC Power 2. Input: 100-240 VAC, 50-60 Hz, 2.0 A Max @ 100 VAC Output 1: 15 VDC, 5.0 A Max Output 2: 12 VDC, 2.3 A Max Rechargeable lithium-ion battery *Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Quotes shall be submitted via email to richard.bogle@va.gov. All quotes and additional required documentation are to be received no later than 9:00 PM (EDT) Eastern Daylight Time on September 16, 2019. Provision 52.212 2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information base on the following evaluation criteria: price, delivery, and technical acceptability. Price This is the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling. Delivery This is the offeror s ability to deliver the equipment within 30 days ARO. 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008). Provisions incorporated by reference are: 52.204-7 System for award management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) [all solicitation that include 52.204-6 or 52.204-7]. 52.211-6 Brand Name or Equal (AUG 1999) [use when brand name or equal purchase descriptions are included] Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.243-1 Changes Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (MAY 2018); 852.246-70 Guarantee (OCT 2018) Please ensure to reference RFQ # 36C24719Q1105 on solicitation 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. 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. 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 selection, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719Q1105/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24719Q1105 36C24719Q1105.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147876&FileName=36C24719Q1105-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147876&FileName=36C24719Q1105-000.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: Department of Veterans Affairs;Charlie Norwood VAMC;1 Freedom Way / 950 15th St;Augusta, GA 30904
Zip Code: 30904
 
Record
SN05438340-W 20190912/190910231115-f52737e4d37f50c7257ff1dfaa0691ff (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  © 1994-2020, Loren Data Corp.