Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2024 SAM #8368
SOURCES SOUGHT

65 -- Ultrasound System

Notice Date
10/23/2024 12:27:53 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625Q0127
 
Response Due
10/28/2024 7:00:00 AM
 
Archive Date
11/27/2024
 
Point of Contact
NaTasha Hawkins, Contract Specialist, Phone: 757-722-9961
 
E-Mail Address
natasha.hawkins@va.gov
(natasha.hawkins@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Network Contracting Office (NCO) 6 on behalf of Richmond VAMC for the Fredericksburg Health Care Center is conducting Market Research through this Sources Sought notice to help determine the availability of qualified Businesses, capable of providing a Ultrasound System and accessories that meet the following: Salient Characteristics: Ophthalmic ultrasound system used to diagnose tumor lesions, retinal/vitreous membrane detachment and Grave s disease, cataracts, glaucoma and posterior staphylomae. Shall provide probes to operate in S mode, A-scan Biometry, and B mode Must have up to 6 different methods for keratometric correction and implant calculation. Shall have Transducer/probes include magnetic 15MHz, magnetic annular 5 ring 20 MHz, magnetic 50 MHz UMB, 11 MHz for Biometry. 1 TB HDD for sharper images 16 GB RAM 128 GB SSD for the Operating System (5) USB Ports on the unit (1) HDMI port Must (1) Ethernet port for WiFi and Bluetooth connectivity DICOM compatible Dimensions: 17 ½""H x 11 ¼""D x 21 ½""W Power Supply: 80-264 Vac Monitor: 21 HD Screen Weight: 23 ½ lbs Ultrasound System 15MHz B Probe Transducer Frequency: 15 MHz Angle of Exploration: 50 degrees Depth of Exploration: 60mm Focus: 24mm Depth of Field: 12mm Frame Rate Acquisition: up to 16Hz 20 MHz Annular B Probe Kit Concentric Ring Shape Must have 5 Ring Annular array 20 MHz Sealed B Probe Shall simultaneously imaging of vitreous and ocular wall 50 MHz Linear UBM Probe 50 MHz UBM signal processing Shall Increase penetration while maintaining a high resolution Linear Transducer Movement: 16mm Focus: 10 mm Accelerometer for probe localization Must allow for constant detection of the B probe position Shall have Automatic and simultaneous display in the image acquisition parameters Enables standardization of the acquisition protocol Cart, accessory Must be Height Adjustable Cart Shall have Keyboard Tray Biometry A-Scan Probe Adjustable Gain: 20 to 110 dB Adjustable Time Gain Control: 0 to 30 dB Transducer Frequency: 11 MHz Tip Diameter: 7mm Electronic Resolution: .04mm Depth of Exploration: 40/80mm Shall have Aiming Beam: LED or laser beam ProBeam Must have Built-in Pattern Recognition Shall have Automatic calculation of standard deviation and average total length DICOM Connectivity Shall Allow for B Mode Image Calibration Must DICOM display allows standardization and durability of image quality Must have Full HD Screen with greyscale display compliant with section 14 of the DICOM standard All respondents shall indicate/provide the following: Whether or not they are small business manufacturers of the products they wish to offer, or if they are a reseller of a small business manufacturer. Is your company interested in providing a Federal Supply Schedule (FSS) quote or Open Market (indicate FSS contract #)? Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Whether or not your company has an active SAM registration and the companies Unique Entity Identifier. A copy of its capabilities statement. Failure to provide the above information may result in the potential offeror being considered incapable of meeting the VA s needs. If the contractor can provide the above items, the contractor shall provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. The capability statements received from this market research are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research, and the Government will not entertain questions concerning this market research. The Government will not assume any costs incurred by the contractor in the preparation of responses. All responses shall be submitted in writing no later than October 28, 2024, at 10:00 AM EST to the attention of: Natasha.Hawkins@va.gov Please title the subject line for all responses as: Ultrasound System 36C246-25-AP-0033
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e782ec963a049c5b4e6f700ff86a6ce/view)
 
Place of Performance
Address: Fredericksburg Health Care Center 10432 Patriot Highway, Fredericksburg, VA 22408, USA
Zip Code: 22408
Country: USA
 
Record
SN07247681-F 20241025/241023230107 (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.