Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

65 -- GE CASE V6.7 Performance Stress System

Notice Date
4/19/2023 10:26:04 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0866
 
Response Due
4/25/2023 8:00:00 AM
 
Archive Date
05/25/2023
 
Point of Contact
Anthony Marion, Contracting Officer, Phone: 713-794-0825
 
E-Mail Address
anthony.marion2@va.gov
(anthony.marion2@va.gov)
 
Awardee
null
 
Description
1. Title: GE CASE V6.7 Performance Stress System and one GE MUSE system. 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for three GE CASE V6.7 Performance Stress System. Contractor shall provide all personnel, labor, tools, transportation, supervision, installation and software/license upgrades for three name brand or equal GE CASE V6.7 Performance Stress Systems. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide all shipping and delivery for three name brand or equal GE CASE V6.7 Performance Stress System. Specifications/Characteristics (Meet or Exceed) Minimum technical specs shall be provided: 1 year warranty Washable keyboard and mouse with Silver Seal Protection Keybard with dedicated stress function keys Secure connection to MUSE Cardiology Information System Communication protocol, including HL7 and DICOM Modality Worklist Technical support- installation, system configuration, HL7 integration, upgrade services, and remote support. Exervise Test Interpretation (XTI) ST/HT hysteresis analysis SunTech Tango+ M2 blood pressure and SpO2 12SL ECG analysis and 15-lead stress testing Risk-predicting algorithms, Duke Treadmill Score, T-wave alternans, and Heart Rate Recovery Cubiv Spline Correction and Finite Residual Filtering Automatic and manual QRS detection and analysis Real-time ECG/QRS/TTL synchronization output Beat to beat ECG storage and event review MUSE System compatible via SD card or network MUSE Web compatible Secure interconnection with GE MUSE system Min 40 GB hard drive storage XML Export CASE network server with editing workstations 4GB Ram Intel Celeron Mobile Processor Dual Core 2.2GHz and 64 bit processor Min 250 GB HDD 22 LCD display Integrated thermal printer USB ports 2 min DVD/CD-RW drive SD Card Thermal dot array writing technology Utilizes thermal perforated fan fold packs Wire paper tray Perform device in-service Dispose of waste packaging Register device warranty and perform required testing Device configuration per customer requirements 4. Place of Performance: Delivery Location: Gulf Coast Veterans Health Care System 400 Veterans Avenue Bldg. 26 Warehouse Biloxi, MS 39531 5. Responses Requested: The NCO 16 requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. c. Is your company considered small under the NAICS code: 339112? d. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). f. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? g. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? h. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. i. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. j. Information for the product being requested, is it manufactured outside the US-Domestic non-available? k. Information for the product being requested, is it a foreign manufactured end product under the trade agreement? l. What is your schedule of delivery after receipt of order for the product? m. For the product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for which the product can be procured under. n. Provide descriptive literature demonstrating ability to meet all of the SOW requirement/salient characteristics listed for the product being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison to the product meeting the specific requirements per the Sources Sought Notice. o. Contractors shall provide an estimated industry pricing for product for market research and budgetary purpose. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by April 25, 2023 at 10:00 am (CST) via email to anthony.marion2.gov. All Questions shall be submitted by April 21, 2023 at 10:00 pm (CST) via email to anthony.marion2.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25623Q0866 -RFI-Sources Sought- GE CASE V6.7 Performance Stress System. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Anthony Marion Email address: anthony.marion2@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c7cc9bdeac642cc9a838f306db6fa5b/view)
 
Place of Performance
Address: Gulf Coast Veterans Health Care System Bldg. 26 Warehouse 400 Veterans Avenue, Biloxi, MS 39531, USA
Zip Code: 39531
Country: USA
 
Record
SN06656494-F 20230421/230419230120 (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.