SOURCES SOUGHT
65 -- Portable Ultrasound System (VuPad)
- Notice Date
- 6/8/2023 7:03:19 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q1203
- Response Due
- 6/14/2023 1:00:00 PM
- Archive Date
- 08/13/2023
- Point of Contact
- Stephanie R Keo, Contracting Officer, Phone: 713-791-1414 x6046
- E-Mail Address
-
stephanie.keo@va.gov
(stephanie.keo@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the availability and capability of all qualified sources to perform or provide a potential requirement. The responses received from interested vendor will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) is seeking to identify potential qualified vendors capable of providing brand name listed in Table 1. This requirement is for the Southeast Louisiana Veterans Health Care System (SLVHCS) Outpatient Ophthalmology Clinic, 2400 Canal St, New Orleans, LA 70119. The North American Industry Classification Code (NAICS) is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing with a size standard of 1,250 employees. REQUESTED RESPONSES: All responsible vendors and interested parties please respond to this source sought announcement if you can fulfill the requirements. Responses to this source sought shall include the following information: 1. Your company name, address, contact person name, phone number, fax number, e-mail address(s), UEI number, number of employees, and company website if available. 2. If you are an GSA/FSS contract holder are the referenced items available on your schedule/contract? Provide your company GSA/FSS contract number and contract expiration date, if applicable. 3. If you are a NASA SEWP V contract holder are the referenced items available on your schedule/contract? Provide your company NASA SEWP V contract number, contract group, and contract expiration date, if applicable. 4. Is your company a contract holder on any other federal contract? If so, please provide the contract number. 5. Socio-economic status of business such as but not limited to (Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business, Large Business, etc.). 6. Is your company considered small under the NAICS code identified in this sources sought announcement? 7. Is your company the manufacturer, distributor, or an equivalent for the products being offered? If an authorized distributor or equivalent, can you provide documentation from the manufacturer confirming authorization to provide the referenced items and/or products being offered? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule in accordance with Title 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees? Is your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to Title 13 CFR 121.406 paragraph (b)(5). 8. If your company is 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). 9. What is the manufacturing country of origin of the items and/or products being offered? 10. Delivery Timeframe The Government would like to know the standard delivery time frame for a requirement like this. 11. Provide warranty information for the items and/or products being requested? 12. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if Contracting Officer determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Estimated pricing will not be used to evaluate for any type of award. Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to stephanie.keo@va.gov. Please respond to this source sought notice no later than 3:00 PM Central on June 14, 2023. DISCLAIMER: This source sought is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this source sought notice. Statement of Work VuPad Ultrasound Southeast Louisiana Veterans Health Care System Table 1 Requirement ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES AND MANUFACTURE PART NUMBER QUANTITY UNIT 0001 2.00 EA VuPad B-Scan / UBM / A-Scan / Pachymeter System BUAP.580 US.IM 5575-1403-4, VuPad Unit A101, 2.0kV Standard A-Probe, 10 MHz A120-2, Straight Pachymeter Probe for PacScan Plus, 20 MHz B101-9, 12 MHz B-Probe B101-5, Water Path Probe B101-6, 35 MHz Transducer SH106, Multi-Probe Cable SH124-1, USB Foot Pedal PS01-0010-44, VuPad Medical-Grade Power Supply; 12V 2.5A CA20-1802-42, 2 Prong, 60Hz USA Mains Power Cord 5575-1901-1, VuPad User Manual A118-3KIT, Immersion Cups (Set of 4 - 18/20/22/Silicone) MC10-1809-09, Windowsr 10 IoT Enterprise 2021 LTSC 0002 2.00 EA U21, Sonomed Escalon Ultrasound DICOM Module 1. PURPOSE 1.1 The overall purpose is to provide the VuPad Ultrasound at Southeast Louisiana Veterans Health Care System (SLVHCS) Outpatient Ophthalmology Clinic 2400 Canal St, New Orleans, LA 70119. The VuPad will have all of the modalities of A-scan, B-scan, UBM, and pachymetry. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS: BRAND NAME ONLY 2.5.1 VuPad Ultrasound will provide all of the modalities of A-scan, B-scan, UBM, and pachymetry. 2.5.1.1 VuPad will have the ability to connected/integrated to the network, wireless keyboard, external monitor, HER, and PACS. The device will incorporate Wi-Fi, Bluetooth, HDMI, USE (2x), ethernet, and DICOM. 2.5.1.2 Brand Name Only: VuPad 2.5.1.3 A-Scan technical specifications: 2.5.1.3.1 Ultrasound Probe, 10 MHz 2.5.1.3.2 Scan Modes: Manual or automatic capture of cataract, dense cataract, aphakic, and pseudophakia modes 2.5.1.3.3 IOL formulas and sections: Refractive IOL and Post-refractive IOL formulas 2.5.1.3.4 Diagnostic A-Scan: 8 MHz diagnostic A-scan probe 2.5.1.4 B-Scan technical specifications: 2.5.1.4.1 Ultrasound Probes: Sealed magnetic drive B-probes with 12 MHz or 20 MHz B-probes with focused transducers 2.5.1.4.2 Scan Settings: selectable scan setting profiles to optimize image quality, including presets for orbit, vitreous body, retina surface, and deep retina/choroid 2.5.1.4.3 Scan Sampling: 256 ray scan with 2048 sample points for each ray 2.5.1.4.4 Scan Controls: Fully adjustable time-varied gain, baseline, log gain, and exponential gain 2.5.1.4.5 Scan Position Indicator 2.5.1.4.6 Video Clips: ability to capture and store 50-frame video clips up to 20 fps; store up to 12 videos clips/exam 2.5.1.4.7 A-Scan Trace: Ability to superimpose arbitrary A-scan trace onto images with a single button click 2.5.1.4.8 Measurement: Unlimited measurements using linear calipers and angle measurement tool 2.5.1.5 Pachymetry technical specifications: 2.5.1.5.1 Ultrasound probe, 20 MHz pachymeter probe 2.5.1.5.2 Range: 300- 1000 microns 2.5.1.5.1 Clinical Accuracy: +/- 5 um 2.5.1.5.2 Electronic accuracy: +/- 1 um 2.5.1.5.3 Measurements: Automatic sensing algorithm; 32 instantaneous measurements, auto calibration and probe test; adjustable corneal tissue velocity; central corneal thickness and peripheral; 2.5.1.5.4 Scan modes: single and multiple points for single reading or multiple readings 2.5.1.5.5 IOP Correction: Auto IOP correction based on CCT 2.5.1.6 UBM technical specifications: 2.5.1.6.1 Ultrasound probes: HD magnetic-drive water path probe with 35 MHz or 50 MHz focused transducers 2.5.1.6.2 Scan settings: selectable scan setting profiles 2.5.1.6.3 Scan sampling: 256-ray scan with 2048 sample points for each ray 2.5.1.6.4 Scan controls: fully adjustable time varied gain, baseline, log gain, and exponential gain 2.5.1.6.5 Scan Position indicator 2.5.1.6.6 Video clips: replay in real-time; ability to capture and store 50-frame video clips up to 20 fps 2.5.1.6.7 A-Scan trace; superimpose arbitrary A-scan trace onto images with a single button click 2.5.1.6.8 Measurement: Unlimited measurements using linear calipers and angle measurement tool 2.5.1.6.9 Analysis Tools: eye tracking alignment tool 2.5.1.6.10 Accessories: set of 4 immersion cups 2.5.1.7 Additional requirements: 2.5.1.7.1 USB foot pedal, wireless keyboard, and mouse 2.5.1.7.2 Computer: Intel Pentium N4200 1.1 GHz; system memory will have 8 GB DDR31L 1600 MHz memory or better; hard drive will have 500 GB SSD solid-state drive at a minimum or better; The operating system will have Windows 10 IoT Enterprise 2019 Multilanguage LTSC version or better; connections will have 2 USB 3.0 ports; GigE Ethernet LAN port, HDMI port, Bluetooth 4.0 or better, and Wi-Fi 802.11n dual band 2.5.1.7.3 Data Exchange: DICOM-complaint 2.5.1.7.4 Console Dimensions: 13.3 w c 8.0 d x 2.0 h 2.5.1.7.5 Power: 100-240 VAC, 50/60 Hz auto-switching medical grade power supply 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Outpatient Ophthalmology Clinic 2400 Canal St, New Orleans, LA 70119. The equipment will be delivered within 30-days after the award notice. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 5 days after the award notice. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 INSTALLATION 2.6.2.1 All equipment shall be installed in a manner that will allow for its safe and effective utilization by contractor upon delivery unless otherwise noted above. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed 30-days after the award notice. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.2 Deliver compilation of all manufacturers recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7.1 ""A&A requirements do not apply--Security Accreditation Package is not required"". 7.2 Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. WARRANTY 8.1 The contractor shall provide a two-year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. (End of Statement of Work)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/103cb0bc7f8f44daa6db3945328a6279/view)
- Record
- SN06709889-F 20230610/230608230118 (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 |