SPECIAL NOTICE
65 -- RFI for Ultrasound unit for St Louis VAMC VA-255-09-RI-0618
- Notice Date
- 9/1/2009
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th St. Trwy;LEAVENWORTH KS 66048
- ZIP Code
- 66048
- Archive Date
- 10/31/2009
- E-Mail Address
-
Contracting Officer
(hans.lorenzini@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Dear Prospective Contractor: The Department of Veteran Affairs, VISN 15 Contracting Office is considering procurement of the equipment as described on the attached document. We will only consider contractors that have an existing Government contract with the VA National Acquisition Center Direct Delivery Team or with the Defense Supply Center Philadelphia (DSCP) for the equipment requested. Please disregard this Request For Information (RFI) if your firm does not have a valid government contract. VISN 15 reserves the right to cancel this initiative and does not guarantee that any procurement will be made as a result of this request. Should you have any questions or concerns, you may contact me by email at Hans.Lorenzini@va.gov or at 913-758-6401. Please deliver your proposal via email to the contracting officer no later than COB September 8, 2009. 1. VISN 15 is requesting informational quotes for the equipment listed on the attached requirements page: In any correspondence, ensure that your response(s) reference the RFI number. 2. Contracting Method. VISN 15 will be following VA Directive 2009-17, Acquisition of High-Cost, High-Technical Medical Equipment (Option 2) for this acquisition. Recommend all contractors review this procedure. A copy will be provided upon request. 3. Contracting POC Information: Below is the contact information for the Contracting Officers listed in the attached spreadsheet: Hans Lorenzini - hans.lorenzini@va.gov 913.758.6401. Department of Veterans AffairsVISN 15 Contracting Office, Bldg 714101 S. 4th StLeavenworth KS 66048 4. Site Specific Requirements. Extended installation is not a part of this RFI. 5. Trade-in information: See requirements page. 6. Compatibility: System must comply with the Department of Veterans Affairs "Modality Interface DICOM Conformance Requirements Version", current version. 7. Facility Points of Contact: Rick Ivnik, MS, CCEChief Biomedical EngineerSt. Louis VA Medical Center(314) 289-6456 8. Distribution of Responses: Contractor informational quote shall submitted electronically to the Contracting Officer. 9. Items to be included with response: At a minimum, the Contractor shall include the following items in each response. (a) The contractor's published price list. (b) A complete listing of all item numbers, descriptions, quantities, and pricing of quoted items. Contractor shall provide a comparison between the special pricing offered VISN 15 and the current Government contract pricing. (c) The technical data, published performance specifications, and descriptive literature of each component proposed. (d) Past Performance Information: For each of its three most recently completed sales of proposed equipment, the contractor shall submit the following: (i) Contract Number.(ii) Location where the equipment was installed.(iii) Type and model of equipment installs.(iv) Customer point of contact and phone number.(v) Discount from published price list. ALL QUOTES SHOULD HAVE USER TRAINING AND TRADE -IN ALLOWANCE SHOWN AS SEPARATE LINE ITEMS. Hans LorenziniContracting Officer Required features, salient characteristics: Quantity of one (1) full function Ultrasound unit to be used in our vascular lab for a wide variety of procedures. The unit is required to have the capability of 2D, 3D, 4D, MPR and Live Volume Imaging with dynamically scalable digital channels. The unit must be completely DICOM 3.0 compliant with support of procedure step, storage commit, modality work list, vascular structure reporting, OB structured reporting, GYN structure reporting and cardiac structured reporting. The unit must support a wide range of transducers including but not limited to: Broadband Linear Array (for vascular) 9 to 3mHz; Pure-Wave Crystal Broadband Curved Array (5 to 3 MHz frequency range for OB/GYN). Specifically, this system needs to perform extra cranial duplex ultrasound, peripheral arterial duplex ultrasound, vein mapping, bypass graft imaging, as well as intra-operative imaging. It needs to include the following capabilities and have these requirements: High Definition Imaging, latest generation of digital broadband acoustic beam forming, latest generation of high frequency imaging and array configurations, adaptive broadband flow imaging, colorflow Doppler, color angio, Pixel pattern identification software package (X-res), SonoCT real time compounding or equal, latest Vascular ultrasound technology package, digital capable, panoramic imaging, voice headset, intima-media thickness quantification, graphic touch panel, automatic Doppler analysis, image storage-CD and/or DVD, color printer, image magnification, dedicated review work station properties, an ergonomic, user friendly design, and VCR recording package or latest recording technology. Training for staff is requested for a 3 day, on-site session. Trade in for additional discount is also being requested. Equipment to be traded in is a Philips HDI 5000 Serial# 01TL9N, 09-25-2001 manufacture date ultrasound machine with vascular capabilities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9ff5634f04e1dc881af56e126fbf6ce2)
- Record
- SN01936417-W 20090903/090902010400-9ff5634f04e1dc881af56e126fbf6ce2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |