DOCUMENT
65 -- BLOOD FLOW DETECTOR VASCULAR SYSTEM FOR PHOENIX VAMC - Attachment
- Notice Date
- 9/17/2014
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 18;4135 S. Power Road, STE #103;Mesa AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA25814Q0964
- Response Due
- 9/23/2014
- Archive Date
- 10/23/2014
- Point of Contact
- Dustin Plastow, Contract Specialist
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Title: Blood Flow Monitoring Vascular System for the Phoenix VA Health Care System (PVAHCS) Vascular Lab Requirements: These devices are capable of non-invasive physiologic testing of the arterial and venous systems. The contractor shall supply all software licenses and updates, hardware, equipment, tools, labor and all necessary elements required to deliver, install, and ensure implementation for all deliverables, including training. Any equipment purchased shall be equal to or better than the brand name Parks Medical Electronics, model no. 2100-SX Flo-Lab System and must be capable of the same procedures. This equipment and software also shall be approved by the VA Office of Information and Technology (OI&T) to connect to the VA network, including DICOM and HL7. It shall also be capable of being configured with the DigiNet software (from DigiSonics, Inc., which is currently being installed at the PVAHCS) in order to import data and images. Currently Parks Medical Electronics, Inc. and Unetixs Vascular, Inc. are the only two vendors with products approved by the VA OI&T to connect to the VA network. The contractor shall provide new vascular systems according to the following Brand Name description or Equal. Brand Name: Parks Medical Electronics, Inc.Product Number: 2100-SX Flo-Lab Vascular System Brand Name Description: A device that is capable of non-invasive physiologic testing of the arterial and venous systems. The salient characteristics/capabilities that the equipment shall meet or exceed are below: "Shall be approved by the VA OI&T to connect to the VA Network. "Shall be capable of being configured with DigiNet software from DigiSonics, Inc. in order to import data and images. "Shall be capable of performing the following studies: oArterial-Lower "Doppler "Segmental Pressures "Volume Pulse Recording (PVR) "Exercise/Reactive Hyperemia "Lower Digits "Penile "Pulses oArterial-Upper "Doppler "Segmental Pressures "Volume Pulse Recording (PVR) "Exercise/Reactive Hyperemia "Upper Digits "Allen Test "Raynaud's Test-Cold Sensitivity (with Infrared Thermometer) "Thoracic Outlet "Pulses oVenous "Doppler-Legs "Doppler-Arms "Venous Reflux "Limb Measure "Workstation Configuration or Equal (see also Price/Cost Schedule line items): oHP Intel Core i3 3.3 GHz Computer "4 GB RAM "240 GB Hard drive "DVD-RW drive "Windows 7 OS o17" Flat Panel Touch Screen Display oColor inkjet Printer oParks' SonovaE for Windows software package or similar oDicom Report Export Software upgrade package oDual frequency bi-directional Doppler "8 & 4 MHz oBilateral Volume pulse recording (VPR) "Photo plethysmography (PPG) oAutomatic Cuff Inflator w/ Multiport Automatic Cuff Selector Module oWireless remote control oMobile storage cart w. Isolation Power Supply oArterial/Venous cuff package "Start-up supply/accessory package "Another acceptable configuration which is quite smaller is: oNoninvasive physiological arterial and venous studies, incorporating: "Calibrated dual-channel pulse volume recording (C-PVR ®) "Dual-channel photoplethysmography (PPG), using easily applied digit clips* "8 MHz bi-directional TruDop ® Doppler probe* "5 MHz bi-directional TruDop ® Doppler probe* oDefinitive quality waveforms for original diagnosis or post-intervention follow-up oReporting capabilities oTest protocols and reporting oFull-page color reports and Compatibility with DICOM III/PACS standards "Workstation Requirements: oHigh-resolution 17" flat touch-screen color monitor or larger oTouch-screen controls oIndustrial central processor oInk-jet color printer oFull-size keyboard oErgonomic full-function, wireless remote with magnetic back for easy storage oWindows XP Professional operating system oMulti-port Auto Manifold or Equal with: "Soft, lightweight ribbon hoses with color-coded, numbered tips for easy cuff connection "Pressure cuffs "10-cuff simultaneous hookup "Automatic cuff inflator measures air-volume required to bring cuffs to correct pressure on consistently wrapped cuffs oModality work list ready with DICOM III/PACS compatibility oTwo PPG probes with digit clips per workstation o8 MHz and 5 MHz bi-directional TruDop ® Doppler probes (one each for each workstation ) or Equal oCart includes: "Built-in hospital isolation module with main power switch "Latching storage drawer "Printer shelf "Tower CPU compartment "Four-way locking casters with True Track "Weight: 160 lbs or less oInfrared temperature instrument for non-contact Raynaud temperature studies oStereo headphones "Training provided to end users. (Included in equipment cost) Definitions: Define and spell out all acronyms. "PVAHCS - The Phoenix VA Health Care System is the health care system in the Phoenix, AZ area. Also in this SOW, it refers to the main VA Medical Center in Phoenix, AZ (not the surrounding clinics and other facilities). "POP - Period of performance. "POC - Point of Contact. Place of Performance: This order shall be delivered to the following location. The training shall also be provided to the same location. "Phoenix VA Medical Center: 650 E. Indian School Road Phoenix, AZ 85012 Period of Performance: The removal (if trade-ins are included), delivery, set-up and clean-up along with all training shall be completed within 90 days after the date of award. The warranties shall begin from the date the last unit is operational. Installation Schedule: The contractor shall perform all work (delivery, removal of trade-ins if applicable, set-up, clean-up and training) during regular business hours (e.g. 8 am - 4:30 pm). Removal and Disposal: The contractor shall be responsible for the removal of the current units (only if a trade-in discount is provided) and the cost shall be included in the line item pricing. The contractor shall replace or repair any damage caused by the contractor to the Government's property (i.e. walls, floors, ceilings, doors, existing frames, hospital equipment, etc.). Trade-Ins: If the contractor offers discounts for trade-ins of the below units, they shall be removed during the delivery and set-up of the new units as described above. "EE# 48394, Unetixs Multilab Series II LHS-TI4 vascular system, acquired October 2006 ($33,378.50), fair condition "EE# 48395, Unetixs Multilab Series II LHS-TI4 vascular system, acquired October 2006 ($33,378.50), fair condition Clean-up: Clean-up is required after all units have been set-up and are operational. Acceptance: Acceptance will be after the units are operational and the required training has been provided. The POC, Dr. Vivienne Halpern (at 602-277-5551 ext 7929 or 7928 or Vivienne.Halpern@va.gov), will be responsible for acceptance and will certify invoices for payment after acceptance is complete. Security: No VA sensitive information is included in this requirement. The contractor must check in with the authorized government representative and obtain badging as necessary when on site. POCs: Dr. Vivienne Halpern (at 602-277-5551 ext 7929 or 7928 or Vivienne.Halpern@va.gov) has been nominated to help oversee the day-to-day operations, especially during the removal, set-up and invoicing/payment procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25814Q0964/listing.html)
- Document(s)
- Attachment
- File Name: VA258-14-Q-0964 VA258-14-Q-0964_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639766&FileName=VA258-14-Q-0964-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639766&FileName=VA258-14-Q-0964-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-14-Q-0964 VA258-14-Q-0964_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639766&FileName=VA258-14-Q-0964-000.docx)
- Record
- SN03515589-W 20140919/140917235814-ec760960b8c845ca1767269fed56455c (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 |