SOURCES SOUGHT
65 -- ULTRASOUND
- Notice Date
- 1/31/2023 11:26:10 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0513
- Response Due
- 2/7/2023 4:00:00 PM
- Archive Date
- 04/08/2023
- Point of Contact
- Hanan Chaaban, Contract Specialist, Phone: 562-766-2234
- E-Mail Address
-
Hanan.Chaaban@va.gov
(Hanan.Chaaban@va.gov)
- Awardee
- null
- Description
- This is a source sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, small veteran owned business or service disabled veteran owned small business) relative to NACIS 339112 (size standard of 1,000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the SAM.gov website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network Contracting Office NCO22, is seeking sources for vendors to purchase a Ultrasound for the VA Long Beach Healthcare System. The anticipated award date shall be 2/20/23. If you are interested and are capable of providing the required services please provide the requested information as indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified Hubzone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small Business, (7) Is your firm a Veteran Owned Small Business? Small businesses considering participation in this potential solicitation process under any Small Business Set-aside procedure must do so in a manner consistent with the requirements of the Small Business Act. Responses to this notice shall be e-mailed to Hanan.Chaaban@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 4:00 p.m. 2/7/23. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. SCHEDULE OF SUPPLIES (BRAND NAME OR EQUAL TO SONOSITE): SALIENT CHARACTERISTICS: Must have Imaging Modes 2D/B-mode with Broadband Imaging, Tissue Harmonic Imaging, and Pulse Inversion Harmonic Imaging. Must also have M-mode imaging with controls of Depth, Gain, Time Gain Compensation (TGC), Auto Gain, SonoMB, THI, Image Optimization (Res, Gen, Pen), Dynamic Range (Live and Frozen), M-Mode Display Format- 1/3 and 2/3, 1/2 and 1/2, 2/3 and 1/3, side by side and full screen duplex, and M-Mode Sweep Speed Must have Color Velocity Doppler (CVD), Color Power Doppler (CPD), Color Variance (Cardiac only), Pulsed Wave Doppler (PW), Tissue Doppler Imaging (TDI) (Cardiac Only), and Continuous Wave Doppler (CW) (Cardiac Only). Must be able to have spectral doppler imaging modes such as Pulsed wave (PW), Tissue Doppler Imaging (TDI) (Cardiac Only), and Continuous Wave (CW) (Cardiac Only). Must have doppler controls such as Doppler Gain, Doppler Gate Size (PW/TDI) Sonosite PX Salient Characteristics MKT03501 Rev C 06/2020, Doppler Invert d. Doppler Auto Trace Type (Peak/Mean/Above/Below/All), Doppler Display Format - 1/3 and 2/3, 1/2 and 1/2, 2/3 and 1/3, side by side and full screen duplex, Doppler Scale, Doppler Steer Angle (Linear only), Doppler Sweep Speed, Doppler Baseline, Doppler Angle Correct, Doppler Wall Filter, Simultaneous (Linear Transducers Only), Doppler Volume, 256 gray levels in the spectral Doppler display, and Cine review available. Must have B-Mode Imaging with controls Depth, Gain, Time Gain Compensation (TGC), Auto Gain, SonoMB, 2D Mode THI, 2D Image Optimization (Res, Gen, Pen), Dynamic Range (Live and Frozen), Image Orientation (U/R, U/L, D/L, D/R), Sector width control (Steerable, Cardiac Only), and Output Power Control Must have a minimum and max of screen depth: 1 35cm. Must be able to have 8x live Read Zoom capability, write Zoom on C5-1, IC10-3, and P5-1 transducers (Abdomen, OB, Early OB, Gynecology and Cardiac exam types only), and have a 4x Frozen post processing Zoom. Must have the capacity of dual imaging. Must have centerline graphic on display for linear and curvilinear transducers. Must have an on-screen needle guide support for IC10-3 and L19-5. Must at least have a minimum of a five-year standard warranty on the system. Must be able to have Work Surface Adjusts: 0 to 140 degrees. Must meet the HIPAA Compliance: Meets Federal Information Processing Standards (FIPS) for Moderate security control selections per FIPS199, FIPS200, and NIST 800-53. Must be able to scan along educational tutorials such as Anesthesiology & Pain Management, Obstetrics & Gynecology, Procedures for Vascular Access: Femoral Artery, Femoral Vein IJV Long, IJV Transverse, PICC, Radial Artery, Subclavian Axillary, Other Procedures: Abscess Drainage, AFI, Amniocentesis, Foreign Body, Lumbar Puncture, Paracentesis, Pericardiocentesis, Thoracentesis, Acute Care, Musculoskeletal. Transducers and systems must be able to withstand a minimum and maximum 32-104°F (0-40°C) and 50-104°F (10-40°C) stand. Humidity for the transducers and system must be able to withstand a minimum and maximum of 15-95% relative humidity (R.H.) and stand 15-95% relative humidity (R.H.).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9803bc2928a3443885a241d9d61faa86/view)
- Place of Performance
- Address: Department of Veterans Affairs Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822
- Zip Code: 90822
- Zip Code: 90822
- Record
- SN06578522-F 20230202/230131230112 (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 |