Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2022 SAM #7610
SOURCES SOUGHT

65 -- Brand Name Only. GE CASE Stress Testing System with Treadmill. This is NOT a Request for Quotes.

Notice Date
9/29/2022 6:00:06 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q1333
 
Response Due
10/6/2022 1:00:00 PM
 
Archive Date
12/05/2022
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
STATEMENT OF NEED Lebanon VA Medical Center Title of Project: Replacement and upgrade a Cardiac Stress Test System in Radiology. Scope of Work: The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of need (SON), except as may otherwise be specified. The contractor shall provide and install (1) brand name only GE CASE Stress Testing System with Treadmill. Background: The Lebanon VA Medical Center s Radiology department currently has a need to replace the existing GE CASE cardiopulmonary stress testing system. The existing equipment is used daily by our Nuclear Medicine department to assess for blockages in the heart and to predict risk of heart attacks. It is recommended for lifecycle replacement by our BioMed staff. General Requirement: GE Healthcare CASE Stress Testing System w/treadmill (Brand Name Only): MPN Description QTY 2062898-001 CASE v6.7 1 2062898-826 CASE WINDOWS 10 PREMIUM PKG w/DISPLAY 1 2062898-740 PHTM Casev6.7 CAM 14 Stress AHA 1 2062898-050 PHTM CASE V6.7 12SL 1 2062898-034 DICOM Option & Comformance Statement; Import MWS Data into System Database, Report/Modality Worklist is a customized procedure final reports that can be exported to other DICOM compatible systems in a DICOM format. 1 2026714-078 PHTM CASE NORTH AMERICAN POWER CORD 1 2062898-490 CASE LANGUAGE V6.73 SP2 ENG US 1 INSTALL CASE INSTALLATION CASE 1 1092405-001 T2100-ST TREADMILL 1 1092405-022 T2100-ST2 TREADMILL 220V 1 1092405-041 CABLE RS232 INTERFACE T2100ST to CASE/PC 1 CE2018400-001 DCAR Clinical Education Remote Training Lab Support for 1 Hour 4 General Requirements/Specifications: Treadmill: Steel powder coated frame Walking surface minimum length of 63 inches. Walking surface minimum width of 22 inches. Walking surface cushioned for shock absorption Running deck is self-lubricating and reversible Zero start feature Emergency stop button and tether Braking system Fire-rated motor pan hood enclosure Adjustable height front handrail Speed range of 0.1 to 15.0 miles per hour (MPH). Bi-directional communication with Stress ECG systems. Weight capacity up to 500 lbs. Monitoring module: Performance Specs Signal processing: ECG analysis frequency: 500 HZ ST Measurements: ST amplitudes, slop, integral, index, ST/HR hysteresis, ST/HR slope, ST/HR loops, ST/HR index up to 15 leads E, J and post-J point: Manual or computer selected Signal processing: Incremental median updating technique Baseline correction: Finite Residual Filter (FRF0 and/or Cubic Spline analysis QRS detection and analysis: Automatic or manual lead selection ECG output: Real-time ECG/QRS beep/TTL synchronization output Heart rate: Automatic arrythmia detection, documentation and annotation Full-disclosure ECG: Beat-to-beat ECG storage & event review Reanalysis: Post-test medians measurements from E, J and post-J point selections ECG interpretation: (optional) Marquette 12SL resting ECG analysis program for adults and pediatrics Additional ECG function: XTI stress interpretation; vectorcardiography (15 lead) Data Acquisition: Technology: Active, type CF floating isolated powered 14-channel acquisition module with built-in lead-fail detection and lead prep impedance measurement Sample rate: Over-sampling at 16000 Hz, 12 leads Skew: 62.5 s Dynamic range: 320 mV, 10 mV signal superimposed on 150 mV DC offset Resolution: 4.88 µV/LSB 500 HZ Noise: 140 dB (123 dB with AC filter disabled) Input impedance: > 10 M Ohms @ 10 Hz, defibrillator protected Patient leakage: < 10 A Pace detection: Orthogonal LA, LL and V6; 750 µV @ 50 s Communications/storage options: MUSE systems compatible via SD card; network (optional) MUSE Web compatible for retrieval and printing of MUSE system data Local storage: Minimum 40 GB hard drive storage of complete ECG record and test results PDF export of final reports with auto naming protocols also from Microsoft Word and Excel XML export of specific date CASE network server with editing workstations Computer Specifications: Operating System: Microsoft Windows 10, 64bit loT SSD Minimum 250 GB Processor: Intel Celeron Mobile Processor Dual-Core, 2.2 GHz, 64-bit RAM: 4GB standard, 4 GB optional Display: LCD (flat panel display) LCD- 1680 x 1050 56 cm (22 ) diagonal Monitor leads: 3,6,12, or 15 Display leads: Number on screen 3,6,12,or 15 Display format: 3 rhythm, 3 rhythm + medians; 3 rhythm + trends, 6 rhythm, 4.25 + 1 rhythm, 2 x 6. Display speeds: 25, 50 mm/s Display sensitivity/gain: 2-5, 5 10, 20 mm/mV Display vital signs data (configurable): Heart rate, target heart rate, blood pressure, exercise clock, stage clock, phase clock, protocol, speed, grade, Watts, METS, RRP and SpO2. Writer: Technology: instant load, thermal dot array Leads: 3,6,12 or 15 leads (standard, NEHB, Cabrera, configurable) Speeds: 5, 12.5, 25 and 50 mm/sec ( 5%) Sensitivity/gain: 2.5,5, 10 or 20 mm. mV ( 5%) Resolution: Horizontal 1000 lines/sec x 200 dpi dedicated local printing. 200 x 200 dpi generic printing Period of Performance: The need date for this requirement is 12/01/22. Delivery: The Contractor shall deliver all equipment required under this Statement of Work (SOW) within thirty (30) calendar days or less from the date of award, unless otherwise directed by the Contracting Officer Representative (CO). All deliveries shall be coordinated with Biomed and COR before arrival. Delivery of equipment shall be made to: Lebanon VA Medical Center (Attn. Warehouse), 1700 S. Lincoln Ave., Lebanon, PA 17042. Delivery shall be made during normal Lebanon VAMC warehouse business hours excluding all federal holidays. Lebanon VAMC warehouse business hours are Monday Friday, 7:00 am 11:30 pm and 12:30pm 3:00pm. Federal holidays are: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Note: The Warehouse Supervisor has no authority to change the terms and conditions of the awarded contract. Installation: Vendor installed with VA Biomed assistance for network connectivity. Test and Acceptance: All equipment shall be tested and accepted. Warranty: All equipment shall come with a one-year warranty. Please contact the Contracting Officer Representative with any questions or concerns. Nominated COR: David Eckman Phone: (717) 272-6621 x6068 Email: David.Eckman@va.gov Note: The COR has no authority to change the terms and conditions of the awarded contract. Instructions The information identified above is intended to be descriptive, of the BRAND NAME ONLY - GE CASE Stress Testing System with Treadmill 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) 339112. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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 subcontracted work and completion of job. (8) 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. (9) 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? 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 regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Thursday October6 , 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q1333 in the subject of the email response. 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, David Santiago. 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 beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. 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 email to Contracting Specialist at david.santiago2@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/4fffae0b1d3d460ab48589a6fc07e4c4/view)
 
Place of Performance
Address: Lebanon VA Medical Center Attn; Warehouse. 1700 S. Lincoln Ave.,, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06483189-F 20221001/220929230129 (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.