Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2022 SAM #7425
SOLICITATION NOTICE

65 -- ULTRASONIC SURGICAL UNITS - BRAND NAME ONLY (VA-22-00043944)

Notice Date
3/28/2022 9:08:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0456
 
Response Due
3/30/2022 6:00:00 AM
 
Archive Date
05/29/2022
 
Point of Contact
donald.harris@va.gov, DONALD V. HARRIS, Phone: 757726-6089
 
E-Mail Address
Donald.Harris@va.gov
(Donald.Harris@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
S02 SOLICITATION RFQ 36C24622Q0456 Open: 03-28-2022 closes: 03-30-2022 Page 9 of 9 DISCLAIMER: THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFQ OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFQ. This RFQ is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP) or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFQ marked Proprietary will be handled accordingly. Responses to the RFQ will not be returned. In accordance with FAR 15.201(e), responses to this RFQ are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE: The purpose of this RFQ is to conduct market research to find qualified vendors and to assist Network Contracting Office 6 (NCO 6) in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 339112 with the Small Business Size Standard of 1000 employees. If the Government determines there are qualified vendors this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: This requirement is for the purchase of (4) FUJIFILM Sonosite P29241 COVID-19 Point-of-Care Ultrasound Guide Surgical Units. The Hampton VAMC is planning to purchase ultrasound-imaging equipment for portable applications. The requirement is for the FUJIFILM Sonosite P29241 and accessories (BRAND NAME ONLY). Hampton surgeons require this apparatus to assist with surgical procedures. REQUIREMENTS: NOTE: The VHA NCO 6 is conducting a market survey to find qualified vendors who can deliver the following item(s) for the Hampton VA Medical Center, 100 Emancipation Drive, Hampton VA 23667: DESCRIPTION OF INFORMATION REQUESTED: CLIN NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. Sonosite P29241 PX Ultrasound System: 0001) P29241 - COVID-19 Point-of-Care Ultrasound Guide - FDA 510K Cleared (4) EA CLIN NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. 0002) L25100 Sonosite PX Ultrasound System Sonosite PX point-of-care ultrasound system has been designed around every detail and demand of its users. With advanced image clarity aided by a new family of transducers and proprietary speckle reduction technology, it gives clinicians an unparalleled level of confidence for diagnostic and procedural applications. The user interface combines touch panel and physical buttons, for most used functions, to help clinicians improve efficiency, while its adaptable horizontal to vertical work surface positions allow for ideal bedside ergonomics and optimal access to patients. Sonosite PX includes a comprehensive set of imaging modes, measurement an calculation packages and workflow features. These include: - 2D (B-Mode) imaging with Sono MB Multi Beam Technology improves contrast resolution; tissue differentiation of small structures and enhances border delineation - Color Velocity and Power Doppler imaging provides highly sensitive, simultaneous blood flow analysis on all transducers during a clinical procedure. - PW Doppler and CW Doppler for assessment of quantitative blood flow in Duplex imaging - M-Mode with timing sensitivity in order to evaluate fast moving objects - Auto Gain with Sono ADAPT Tissue Optimization Technology provides on demand adaptive manipulation of multiple imaging parameters to reduce manual time consuming system adjustments - Tissue Harmonic Imaging (THI) along with our new speckle reduction algorithm significantly reduces speckle noise while enhancing tissue margins, CLIN NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. thereby improving contrast and structural resolution - Auto Steep Needle Profiling enhances needle visualization with a single touch while maintaining image quality of the target and surrounding anatomy - Full DICOM Package providing the capability to interface with your PACS network with the complete offering of Secure DICOM capabilities for storage, worklist, storage commit, MPPS, and both Basic and Comprehensive Structured Reporting - 2.4 and 5GHz Wireless capabilities for transmission of images and exam information - Onboard worksheets for Acute Care (ACEP 2018) and Procedures including: Aorta, Appendix, Bladder, Cardiac, Deep Vein Thrombosis (DVT), eFAST, FAST, Gallbladder, Generic, Gynecology, Musculoskeletal, Obstetrics 2/3 Trimester, Obstetrics 2/3 Trimester Multiple, Obstetrics, Ocular, Renal, Soft Tissue, Thoracic, Abscess Drainage, Arterial Line, Arthrocentesis, Central Venous Line, Paracentesis, Pericardiocentesis, Peripheral Venous Line, Peritonsillar Abscess Drainage - Customizable worksheets are available with Sonosite Synchronicity workflow manager integration - Enhanced security features to protect ePHI both in transit and at rest with complex password rules support, FIPS 140-2 validated encryption algorithms, user and role based authentication and LDAP support The reliability and durability of Sonosite PX are backed by our industry leading 5-year warranty, giving you peace of mind from knowing you'll receive dedicated support from the global leader in point-of-care ultrasound. (4) EA CLIN NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. 0003) L23120 Transducer, L15-4 The L15-4 transducer is a 15-4 MHz multi-frequency, broadband, linear transducer with a maximum scan depth of 6 cm. Exam types supported by the L15-4 are Arterial, Breast, Carotid, Musculoskeletal, Nerve, Superficial, and Venous This transducer is compatible with the optional CIVCO Infiniti Plus Needle Guide Starter Kit, L15-4 Series. Order using part number L27066. (4) EA 0004) L23119 Transducer, C5-1 The C5-1 transducer is a 5-1 MHz multi-frequency, broadband, curved transducer with a maximum scan depth of 30 cm. Exam types supported by the C5-1 are Abdomen, Gynecology, Lung, Nerve, Musculoskeletal, Early Obstetrics, Obstetrics, and Spine This transducer is compatible with the optional CIVCO Infiniti Plus Needle Guide Starter Kit, C5-1 Series. Order using part number L27060. (4) EA 0005) L25110 Sonosite PX Stand The Sonosite PX stand design incorporates a hinged stand head so the system can adapt to your needs. From a horizontal position, great for diagnostic exams, to a vertical position, ideally suited for ultrasound guided procedures. You'll always have access to the right transducer at the right time, with its integrated triple transducer connect. Included with the Sonosite PX stand is a built-in battery to extending the time between charges; a cable management system for containment of transducer cables; storage solutions for gel and disinfectants and the ability to raise and lower the stand head from multiple positions (4) EA CLIN NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. 0006) L28623 Sonosite PowerPark The PowerPark charging station provides cordless battery charging by docking your Sonosite system in a convenient, central location. Easy, centralized access means your battery is always charged and gives you the option to scan power cord-free. (4) EA 0007) P21894 User Guide (paper), Sonosite PX, English Printed user manual for the Sonosite PX ultrasound system. English language (4) EA 0008) P25393 Sonosite PX Service Manual Printed user manual for the Sonosite PX ultrasound system. English language (4) EA 0009) P25393 Sonosite PX Service Manual Printed user manual for the Sonosite PX ultrasound system. English language (4) EA SALIENT CHARACTERISTICS: The equipment must be capable of operating in B Mode, M Mode, Color Doppler, Color Power Doppler (CPD), Pulsed Wave and Continuous Wave modes. It must support transducers with linear, phased, and curved array formats. Further, it must include a full array of measurement and calculation packages. The specific requirements for this equipment are the following: System Specifications: 1. Stand Dimensions (width x depth): 28.3 inches x 28.3 inches (72 cm x 72 cm) 2. Height Maximum (system and stand): 65 inches (165 cm) monitor up 3. Height Minimum (system and stand): 42.2 inches (107 cm) monitor down 4. Height Adjustment: 9.8 (24.9 cm) travel 5. Weight (System only) 16.6 lbs. / 7.5 kg 6. Weight (System and Stand) 85.1 lbs. / 38.6 kg 7. Casters: 5 inch Swivel, 4 Locking 8. User Interface: Projected Capacitive (PCAP) Touch Screen 10 inches x 5.7 inches (25.6 cm x 14.5 cm) 9. User Interface: Physical Buttons 10. Work Surface Adjusts: 0 to 140 degrees 11. Monitor Angle: 15 degrees from horizontal 12. Work Surface Angle: 55 degrees from horizontal 13. Clinical Monitor: 15.6 inches (39.6 cm) 14. Clinical Monitor Image Size: 8.1 inches x 6.1 inches (20.7 cm x 15.5 cm) 15. Clinical Monitor Display Size: 13.5 inches x 7.6 inches (34.4 cm x 19.4 cm) 16. Screen Resolution (minimum): Display Size: 1920 x 1080 pixels, Image Size: 1152 x 864 pixels 17. Operating System: Windows 10 IoT Enterprise 2019 LTSC 18. Architecture: Digital Broadband 19. System Boot up: <40 secs 20. System Hard Drive: 128 GB 21. Gray Scale: 256 shades 22. Dynamic Range: Up to 183 dB 23. Transducer connection: 3 x system/stand, 1 x system only 24. HIPAA Compliance: Meets Federal Information Processing Standards (FIPS) for Moderate security control selections per FIPS199, FIPS200, and NIST 800-53. More details in the Data Security section. 25. The system shall withstand a drop from a height of 1 meter. The system shall be safe and function normally after this drop. Warranty & Service: 1. Five-year standard warranty on the system. 2. Five-year standard warranty on the stand head. 3. Five-year standard warranty on C5-1, IC10-3, L19-5, L12-3, L15-4, P5-1, transducers. 4. One-year standard warranty on battery, stand and accessories carrying the manufacturer s label excluding the system and stand head. 5. Provide a replacement system within 24hrs where available (24 hour shipping not available in all geographical locations). Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than 9am EDT Wednesday 30 March 2022. All interested parties should respond, in writing via email to donald.harris@va.gov . No telephone inquiries will be accepted. Respondents to this RFQ shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award Please submit responses via email in Microsoft Office format by 9:00AM (Eastern Time) 03/30/2022 (30 March 2022). Please include RFQ# 36C24622Q0456 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4db5f34d5b54c1dba779a9e5a8f0d39/view)
 
Place of Performance
Address: HAMPTON VA MEDICAL CENTER 100 EMANCIPATION DRIVE, Hampton, VA 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN06281391-F 20220330/220329211520 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.