SOLICITATION NOTICE
65 -- Total Small Business Set-aside, Brand Name Only - ACIST - CVi Standard Contrast Dye Injector System w/ 7-year warranty, and Mobile Cart.
- Notice Date
- 11/30/2023 8:49:20 AM
- Notice Type
- Presolicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0140
- Response Due
- 12/8/2023 1:00:00 PM
- Archive Date
- 02/06/2024
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Statement of Work CVi STD Contrast Injector Statement of Need/Work 1. Title of Project: CVi Standard Contrast Injector System 2. Background and Scope of Work: We are requesting the brand name only purchase of the ACIST CVi STANDARD Contrast Dye Injector System w/ 7-year warranty, and Mobile Cart for the VA Pittsburgh Healthcare System (VAPHS) Cardiology Section. The Contrast Injector System is designed to provide an advanced adjustable-rate contrast injection system developed for use in various cardiac and vascular angiography procedures, which include coronary, ventricle, aorta, and peripheral vasculatures. Replacing current equipment with the same platform, only newer technology, will reduce the amount of negative impact on patient access and staff learning curve. This platform utilizes a multi-patient contrast syringe that reduces the amount of wasted contrast. This added feature results in less spending for consumable products and was especially helpful when supply chain issues caused a global contrast shortage. The CVi Standard Contrast Injector System features: Designed to provide an advanced, controlled, adjustable-rate radiopaque contrast media and/or saline to patient for various angiographic cardiac and peripheral procedures. Contains a motor-driven pump that delivers contrast media and saline from the injector to the patient by catheter or sheath. Programmable rates/modes: Flow rate: Fill 1-2 ml/s and air purge 6ml/s Volume Pressure Rise time Saline: automated fixed flow rate, 1.6 ml/s with a maximum injection volume of 16 ml/saline injection activation Operation Modes: Injection selection Mode selection End case Pre-programmed Cardiac and Peripheral Inject-Saline-Purge-KVO Hand controller calibration Must provide transducer backplate sensor. Able to monitor blood pressure through system simultaneously with current hemodynamics recording system. Greatly reduces the amount of Contrast used during procedures, minimizing negative affects to patient s kidneys. Able to be installed on a pedestal cart or procedure table rail. Includes all required cables/connections to operate contrast injector system. System components: Control panel: Main user display Contains: Armed indicator light, touchscreen, standby button, luer-lock connections for hand controller, control panel connection, and speaker Swivel base for easy rotation for optimal viewing Injector head: Contains the motors, pumps, sensing elements, and software that control contrast and saline delivery. Sensors: Air column detection, Manifold valve, Contrast, and Syringe valve Luminescent Backlight: For visualization of air detection Syringe chamber Able to be pedestal cart or procedure bed rail mounted. Mobile cart Power supply Communication, Power, and X-Ray synchronization cables Compatible with current: Contrast syringe, injection tubing, and manifold Philips Allura X-Ray System Philips Xper Hemodynamics Recording System GE Mac Lab Monitoring / Charting system Warranty: Standard 7-year manufacturer s warranty We feel these qualities are especially important/valuable in an Invasive Cardiology program. In addition to increased procedural effectiveness and safety, this technology can lead to improved clinical outcomes in procedures requiring contrast injection. 3. Data/Deliverables: Item Number Item Description Quantity 016715 CVi Standard Contrast Injector System w/ 7-Year Warranty 1 014668 Mobile Cart 1 4. Scheduling, Hours of Work, and Location: Deliver all line items specified under Data/Deliverables to point of contact during normal operating hours, M-F 8:00am 4:30pm: VA Pittsburgh Healthcare System University Dr Pittsburgh, PA 15240 PERIOD OF SERVICE: Delivery shall occur within 60 days of receipt of contract or must occur within the timeframe designated by the Federal Government. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: No special security requirements are anticipated. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/566b071194404dad94d5d420cb2fd023/view)
- Place of Performance
- Address: VA Pittsburgh Healthcare System, University Drive C,, Pittsburgh, 15240, USA
- Zip Code: 15240
- Country: USA
- Zip Code: 15240
- Record
- SN06899574-F 20231202/231130230051 (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 |