SOURCES SOUGHT
65 -- Brand Name or Equal - GE Voluson Ultrasound
- Notice Date
- 11/14/2023 11:46:54 AM
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224Q0110
- Response Due
- 11/19/2023 2:00:00 PM
- Archive Date
- 11/29/2023
- Point of Contact
- Lindsay Goldsmith, Contracting Officer, Phone: (518) 626-7194
- E-Mail Address
-
Lindsay.Goldsmith@va.gov
(Lindsay.Goldsmith@va.gov)
- Awardee
- null
- Description
- This notice is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, Network Contracting Office NCO2 is currently conducting a market survey to locate qualified manufacturers and authorized distributors available for fulfillment of a brand name or equal requirement for GE Voluson ultrasound, accessories, installation, calibration and training. No formal solicitation document exists at this time. This is not a solicitation announcement. Items listed in this requirement; Item # Item Description Part # (basis of design) Quantity 1 Voluson P8 2D BT22 H8051PB 1 2 4C-RS Convex Array Probe H4000SR 1 3 IC9-RS Probe H48691PJ 1 4 Battery Pack, Late Point Configuration Center Only H43192LH 1 5 BW Printer Kit H44972LD 1 The basis of design for this requirement is the GE Healthcare, MFG Item # Voluson P8 ultrasound. As defined for this notice and for the purpose of defining a technically equal product; High definition, diagnostic ultrasound system for ob-gyn (Women s Health). The system supports black and white Doppler capability through all convex and linear sector transducers. On board software measurement packages available for all imaging applications. In addition, a full line of probes and conventional recording devices are available. The OB Ultrasound must meet the following specifications and have the following operating features: Salient Characteristics: Must have 2D imagery in addition to volumetric tools and tech to produce 3D/4D live images. Must have color doppler imaging. Must have at least 15 flat screen monitor Must have Auto optimization for 2D and doppler. Must have wide sector for endocavitary probes. Must include Wideband convex probe Qty 1 Abdomen, Obstetrics, and Gynecology 2-5MHz and 81Deg or comparable Must include Endocavity 2D Wideband Microconvex Probe Qty 1 Abdomen, Gynecology, and Transrectal 2.9-9.7MHz and 185Deg or comparable Must include Lithium-Ion battery Pack. Must include Black and White Printer Kit with paper. Responding businesses shall be capable of manufactures approved installation, calibration and training. Interested vendors shall be able to provide a manufacturer s warranty, service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA HTM Department, and Free on Board (FOB) delivery to Toms River, New Jersey. The proposed units date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. The North American Industry Classification Systems (NAICS) code for this requirement is 334517, with a size standard of 1,200 employees. The purpose of this notice is to gain knowledge of the market relative to NAICS code 334517 and the required units. All responding vendors shall be authorized to distribute and submit a statement regarding their capability inclusive of the companies Unique Entity Identifier (http://www.sam.gov). The Veterans Health Administration prohibits the use of gray market items in their Medical Centers. Gray market items are considered to be items outside of the original equipment manufacturer s intended distribution channels. Any veteran owned small businesses (SDVOSB and VOSB) interested in this requirement shall be certified SDVOSB or VOSB through the SBA (Veteran Small Business Certification (sba.gov)). Responses to this notice must be submitted in writing via email to lindsay.goldsmith@va.gov and must be received not later than Sunday, November 19, 2023, at 5:00 PM. No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/277ac58b4a504e3eaee40fc80f267d29/view)
- Place of Performance
- Address: Department of Veterans Affairs New Jersey VA Healthcare System 1055 Hooper Avenue, Toms River 08753
- Zip Code: 08753
- Zip Code: 08753
- Record
- SN06885251-F 20231116/231114230059 (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 |