SOURCES SOUGHT
65 -- THIS IS NOT A SOLICITATION THIS IS A REQUEST FOR INFORMATION ONLY. Brand name or Equal | Butterfly iQ Ultrasound Probe The Lebanon VA Medical Center (LVAMC)
- Notice Date
- 5/18/2022 10:12:15 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0751
- Response Due
- 5/25/2022 12:00:00 PM
- Archive Date
- 05/28/2022
- Point of Contact
- Mr. LaShawn Knight, Contract Specialist, Phone: 240-215-8892 ext. 2199
- E-Mail Address
-
lashawn.knight@va.gov
(lashawn.knight@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name or equal Butterfly iQ Ultrasound Probe replacement. STATEMENT OF NEED Lebanon VA Medical Center Title of Project Butterfly iQ Ultrasound Probe Background The Anesthesia Department has a need for handheld, whole-body image ultrasounds for placement of nerve blocks, bladder scans, detect pneumothorax, and invasive line placement. The Butterfly iQ Ultrasound Probe offers unique and proprietary features like Bi-plane Needle Visualization for IV placement, Bi-Plane for Cardiac settings, and Auto-calculate for bladder scanning. The Butterfly iQ ultrasound probe is the only semi-conductor based whole-body ultrasound scanner on the market and therefore the only product able to meet the requirements needed by our LVAMC medical professionals. Scope of Work The Lebanon VA Medical Center (LVAMC) has a brand name requirement for six (6) Butterfly iQ Ultrasound Probes. The contractor must deliver within thirty (30) days from the contract award date in coordination with the Contracting Officer Representative (COR) to the Lebanon Veterans Affairs Medical Center, 1700 S. Lincoln Ave., Lebanon, PA 17042. Equipment Descriptions: Item # Description/Part Number* Qty 0001 Butterfly iQ+ Government Package, Lightning; GOV-00001-LSP 6 0002 Shipping 1 Salient Characteristics Scanner must include the following: Handheld whole-body ultrasound probe Anodized Aluminum Probe Body, Dust- and Water-Resistant (meets IP67 standard) 2D array, 9,000 micro-machined sensors to generate phased, linear and curved ultrasound waveforms with one probe Innovative low-noise, low power consumption semiconductor process Two (2) hours of continuous scan time Meet MIL-STD-810G drop testing M-mode, Fetal Heart Sounds, B-mode, Color Doppler, Power Doppler, and Pulsed Wave Doppler Minimum of 21 Different Clinical Presets including: Abdomen, Abdomen Deep, Aorta & Gallbladder, Bladder, Cardiac, Cardiac Deep, Fast, Lung, MSK, MSK Soft Tissue, Nerve, OB1 / GYN, OB 2 / 3, Ophthalmic, Pediatric Abdomen, Pediatric Cardiac, Pediatric Lung, Small Organ, Vascular Access, Vascular: Carotid, Vascular: Deep Vein iOS and Android compatible Ability to perform 3-D AI enhanced bladder scanning Not authorized to connect to a VA network, VA computer, or store patient information Warranty: All equipment and materials shall come with a standard one-year warranty. Warranty shall begin after delivery and receipt of equipment. Delivery: The contractor must deliver the equipment within thirty (30) days from the contract award date in coordination with the COR to the Lebanon VA Medical Center located at 1700 S. Lincoln Ave., Lebanon, PA 17042. Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to lashawn.knight@va.gov no later than, 15:00 Eastern Standard Time (EST) on May 25, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, LaShawn Knight. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at lashawn.knight@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6038cf16b5b04247b1f29022bd8499b9/view)
- Place of Performance
- Address: Department of Veterans Affairs The Lebanon VA Medical Center (LVAMC) 1700 S. Lincoln Ave, Lebanon 17042, USA
- Zip Code: 17042
- Country: USA
- Record
- SN06331560-F 20220520/220518230102 (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 |