Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2022 SAM #7538
SOURCES SOUGHT

65 -- IMAGE Grid Archive System Upgrade

Notice Date
7/19/2022 12:52:45 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1311
 
Response Due
7/25/2022 1:00:00 PM
 
Archive Date
09/23/2022
 
Point of Contact
SIMMS, JAMES, Contract Specialist, Phone: 562-766-2256
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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/incidentals associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking to acquire IMAGEGRID ENTERPRISE ARCHIVE with Installation, and Data Migration. At a minimum the requirement shall meet the following salient characteristics with a brand name or equal, Original Equipment Manufacturer (OEM) product for the VA West Los Angeles Healthcare System: Item Description Qty Unit Unit Price Total Price 1 ImageGrid Enterprise Archive consisting of 43.7TB RAID Storage for cache (with easy expansion to hundreds of terabytes). No limitations on the number of Remote AE Titles. Advanced rule-based and automated study/image routing, pre and post fetching and image management 1 UN $0.00 $0.00 2 1-day on-site installation, training, or professional services 1 JB $0.00 $0.00 3 Data Migration 1 JB $0.00 $0.00 Salient Characteristics Name of equipment: ImageGrid Enterprise Archive, Installation and Data Migration Essential/significant physical, functional, or performance characteristics. The current Siemens Syngo Dynamics PACS requires an upgrade of the archive storage space for cardiac imaging, fluoroscopy related studies and echocardiographic studies. The new system will act as the archive for the current Syngo Dynamics system. New cardiac imaging information storage system must be compatible with VAGLA s current ImageGrid storage system. This compatibility is needed since the current data on the VAGLA s ImageGrid storage system must be migrated to this new system. Must have at least 42 TB of raw storage and at least 32 TB of usable storage in RAID 6 configuration Must be able to perform as a Cardiology PACS archive Must be able to integrate with Siemens Syngo Dynamics Cardiology PACS system This upgrade must contain the following features and specifications: Head unit/2-drive standard and 8-drive capacity Comprehensive web-based user interface for system administration Quad-port Gb Dual-port 10 gigabit SFP+ HL 7 support for integration with 3rd party RIS, HIS, or EMR ASTRA integration for transfer, sharing, report and key image distribution, browser only study visualization, backup/restore, archive/retrieve, and disaster recovery Standard dual processor 2x12 core/24 thread Intel Gold family 16.5 MB L3 cache 256 GB DDR4 2666 MT/s 2.9 TB Raw (1.4 TB Usable) RAID to 27.9 TB Raw; (21 TB Usable) RAID 6 configurations Electromagnetic Compatibility IEC and CISPR compliance System must be compliant with Restriction of Hazardous Substances Must be CE certified through NSAI 2U Rack Mountable Head unit 100-240 VAC, 50-60 Hz Input current/2A at 220 VAC, 4.1A at 110 VAC, 50-60 Hz Head Wattage: 444 W input, 637.4 maximum Heat dissipation/Head: 1515 btu/h, 2174.9 btu/h as maximum configuration All Shipping and Handling exceeding $249.00 may required a government bill of laden. 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. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Only authorized resellers, distributors, dealers or manufacturers will be considered as potential sources for market research purposes. Responses to this notice shall be submitted via email to james.simms@va.gov. Telephone responses shall not be accepted. Responses must be received no later than July 25, 2022 at 1:00 PM, PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5da8e2721a5140ca9d12c719ecfdbcdc/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VA WEST LOS ANGELES HEALTHCARE SYSTEM 11301 WILSHIRE BLVD WAREHOUSE - BLDG 297, LOS ANGELES 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06394634-F 20220721/220719230100 (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.