DOCUMENT
65 -- FIBROSCANS 530 - Attachment
- Notice Date
- 8/14/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26017N0606
- Response Due
- 8/21/2017
- Archive Date
- 9/5/2017
- Point of Contact
- Robert Hamilton
- E-Mail Address
-
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified sources for the equipment listed below. This is not a request for quotations. The Department of Veterans Affairs, NCO20 is looking for sources of the following: MFG Part Number / Item 1. ECHOSENS-PK530C02 / FibroScan 530 Compact Touch Package Includes: M/XL Probe, Installation, Training (X2), and one year Premium Service. This is an Unrestricted, Brand Name or Equal notice and the brand manufacturer is ECHOSENS. The Portland Veterans Health Care System is in the need to purchase the FibroScan system. Medicine Services will use the FibroScan to diagnose and treat patients with liver disease. The FibroScan will monitor and detect hepatic steatosis and by utilizing transient elastography to identify veterans with Nonalcoholic Fatty Liver Disease (NAFLD) and significant fibrosis. The system will also assist in guiding HCV anti-viral therapy based on the fibrosis status. Determine the need for HCC surveillance before and after SVR. Monitor fibrosis progression in treatment naïve or failure veterans who cannot undergo treatment. Monitor fibrosis regression after SVR. Less sampling error compared to liver biopsy. Any equal item must meet or exceed the following salient characteristics: 1. Must be FDA approved for Non-Invasive Liver Diagnosis. 2. Device must be light weight and easily transported between clinic rooms 3. Device must acquire data through a non-invasive patient interface. 4. Device must be able to assess sheer wave speed in the liver as a surrogate marker for liver fibrosis. 5. Device should not require more than yearly calibration or adjustment. 6. Device will not require technical expertise to operate, outside of initial training and competency sign-off (no certification, technical schooling, or other higher educational degree required for operation). 7. Device will not require any disposables/consumables. 8. The device must have test/re-test reproducibility and an ability to identify cases where acquired data is not accurate/insufficient and report this to the provider. 9. The device will have a focused application to measure how elastic the liver tissue is; this device is NOT intended as an imaging device to assess shape, size, or contour of any organs. 10. Device must have touch screen interface with ability to graphically present data/output. 11. Device power: 115VAC or rechargeable battery. 12. Must provide onsite installation of equipment. 13. Must provide initial training for the equipment upon installation and provide one more training opportunity over the next 12 months. 14. Must provide 12 months of service for the equipment. Potential sources shall provide, at a minimum, the following information to Point of Contact listed below: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112. To be considered a small business your company must have fewer than 1,000 employees. 3) Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who responds to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 4) The Non-Manufacturer Rule (NMR) will apply if any set-aside is considered. Responses are due by 08/21/2017 3:00 PM EST, to the Point of Contact. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Point of Contact: Robert Hamilton, Contracting Officer robert.hamilton8@va.gov / 360-852-9880
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/196c7c6f4ade103e2e62426e768ab0c4)
- Document(s)
- Attachment
- File Name: VA260-17-N-0606 VA260-17-N-0606_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3730224&FileName=VA260-17-N-0606-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3730224&FileName=VA260-17-N-0606-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-17-N-0606 VA260-17-N-0606_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3730224&FileName=VA260-17-N-0606-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Vancouver Warehouse;1601 E. Fourth Plain Blvd;Vancouver, WA
- Zip Code: 98661
- Zip Code: 98661
- Record
- SN04627801-W 20170816/170814232116-196c7c6f4ade103e2e62426e768ab0c4 (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 |