Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2017 FBO #5549
DOCUMENT

65 -- Ultrasound Kiosk - Attachment

Notice Date
1/30/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24117Q0166
 
Response Due
2/6/2017
 
Archive Date
2/21/2017
 
Point of Contact
Mary K Bosch
 
E-Mail Address
5-9363<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA White River Junction Healthcare System is soliciting for the delivery and installation of a new ICU Ultrasound System. STATEMENT OF WORK VAMC White River Junction, Vermont Ultrasound System BACKGROUND The VAMC located in White River Junction, VT is in need of a new Ultrasound system for use in the Intensive Care Unit. The existing Ultrasound system has exceeded its dependable service. A new ultrasound system as described below will return the capability to optimally perform procedures without fear of malfunction, and provide a flexible, mobile, solution suitable for sterile environments. A patient-safe system is the number one priority of this project. SCOPE OF WORK The selected contractor will be required to furnish, deliver and install the required system to the White River Junction VAMC ICU located at 215 White River Junction, VT 05009. The timeframe for delivery receipt shall be no later than 30 days following award of contract, with coordination of specific dates mutually agreed upon by the VA Medical Center, White River Junction and the selected contractor. All contractors will be required to show ID and obtain day pass with the VA police. BID REQUIREMENTS All warranty claims must provide manufacturers rep within 24 hours and an agreed upon action plan within 2 business days. All bids are to be formatted appropriately to ensure a consistent basis for comparison: Item # Description Quantity Cost Extended Cost Xyzq Item Descr. 5 $100 $500 Cost of item to be wholly inclusive of all required components. DO NOT break out costs for any parts, pieces, or COMs in either the cost or extended cost columns. Comprehensive installation of all items to be indicated. Comprehensive freight of all items FOB delivery. If submitting an OR EQUAL quote on any item under this requirement, vendor must supply a specification sheet for review to the White River Junction VA Medical Center within two days of bid submittal. OR EQUAL quotes will be evaluated according to Price, Footprint, Functionality, Mobility, and Ease of Transition to the provided System. Footprint, Functionality and Ease of Transition are of primary consideration. ULTRASOUND REQUIREMENTS: Qty: 1 EA. L15600 Fujifilm SonoSite X-PORTE ULTRASOUND KIOSK WITH STAND Qty: 1 EA. P14566-L25XP 13-6 MHZ TRANSDUCER Qty: 1 EA. P14561-C60XP 5-2 MHZ TRANSDUCER Qty: 1 EA. P14563-P21XP 5-1 MHZ TRANSDUCER Qty: 2 EA. USER GUIDE, X-PORTE, ENGLISH Qty: 2 EA. SERVICE MANUAL, X-PORTE 5-YR-WARRANTY 60 MONTHS-STANDARD-COVERAGE-WARRANTY X-PORTE SOFTWARE MAINTENANCE (5 YR) BRAND NAME OR EQUAL SALIENT CHARACTERISTICS: Integrated System Dimensions: 26.4 L x 21.2 W; Height Max: 64 / Min: 42.2 (Monitor up and down, 9 travel) Minimum 12.1 Capacitive touch screen for system control. Tilt adjustment: 0 to 110 degrees 19 diagonal HD Monitor; viewing 85 degrees left/right, 85 degrees up/down. 2D Broadband Imaging, Tissue Harmonic Imaging, Pulse Inversion Harmonic Imaging, M Mode (update & simultaneous), Velocity color Doppler, Color Power Doppler, Pulsed Wave Doppler, Pulsed Wave Tissue Doppler, Continuous Wave Doppler, ECG Extreme Definition Imaging (XDI), SonoAdapt Tissue Optmization, SonoHD2 Imaging, SonoMB Multibeam, Dual Imaging, Dual color Imaging, Autogain and AutoGain Brightness Adjust, Restore Default Gains, Dynamic Range, Duplex Imaging, 8x Zoom Capability, Cine Processing: Dynamic Range Zoom Image Processing, 2D Image Optimization: Average and Difficult Overall Gain, Near and Far Field Gain Control, Color and Doppler Flow Optimization (low, medium, high), Color Variance Mode, and 2D Reduced Imaging Sector Image Processing Steep Needle Profiling for L25XP and C60SP transducers and exams System operable via battery or AC power. Rechargeable Lithium ion Battery with 1.0 hr. battery life (3-day idle life), and battery charge to 80% capacity in 3 hours, battery life of 3-6 years Programmable controls with labeling: Predefined Lables, Customized Lables/pictograms Acute Care Worksheets (ACEP Guidelines) and Musculoskeletal Worksheets Steep Needle Profiling software with embedded DVR (digital video recorder), VGA video out Internal Flash Memory 64GB 2D Cine Review 20 seconds, PW/CW/M Mode Cine Review 16 seconds, Thumbnail review of saved images and clips, Prospective and Retrospective Clip Store, Auto Clip Export (USB at end of study), Video clip playback at 1, ½ or ¼ of the captured rate, Video Clip Save Lengths of 2, 4, 6, 10, 15, 30 and 60 seconds, annotations on recalled images, Image format: JPEG, AVI, and BMP, HTML export format, and JPEG Compression Options: High, Medium, Low 5 USB 2.0 Ports, Ethernet Port, DVR USB Port, ECG Connector, Bar Code Auto-Query, DICOM Image Management: Print, Store Modality Worklist, Perform Procedure Step (PPS), Storage Commitment, DICOM Image Management: Exam Routing for Diagnostic, Procedure, Education Exams, Wireless: 802.11 (B,G, and N Networking) Medical grade printer, USB Bar Code Reader, Footswitch, ECG Module Onboard Guides; Ultrasound Imaging Basics, Packages for Acute Care, MSK, Procedures, Anesthesiology, On-board System Help Triple Transducer quick connect to allow 3 transducers to be simultaneously connected to the system Ease of cleaning; touch interface to allow for highest assurance of system sanitation Must have at least a minimum 5 year warranty CONTRACTOR REQUIREMENTS The contractor shall perform all work under this contract in strict accordance with all safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. OTHER CONSIDERATIONS FOR PROPOSAL Delivery not to interfere or disturb operation of the facility. The contractor will coordinate delivery with the program POC. Contractor will be responsible for containing and removing any rubbish/waste generated by the work. PAYMENT SCHEDULE The contractor will bill on delivery and acceptance of the required equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24117Q0166/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0166 VA241-17-Q-0166.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3241196&FileName=VA241-17-Q-0166-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3241196&FileName=VA241-17-Q-0166-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: White River Junction VA Medical Center;215 N. Main St.;White River Junction, VT
Zip Code: 05009-0001
 
Record
SN04384851-W 20170201/170130234134-88321005db6caf7a80def21fcb913379 (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 |
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.