Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
DOCUMENT

65 -- Peripherally Inserted Central Catheter (PICC) Ultrasound System - Attachment

Notice Date
7/5/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9729
 
Response Due
7/9/2018
 
Archive Date
10/7/2018
 
Point of Contact
Debra James
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Peripherally Inserted Central Catheter (PICC) Ultrasound System Southeast Louisiana Veterans Health Care System New Orleans, LA 70119 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business to provide, install, configure, and provide training for all listed equipment to the to the SLVHCS. This acquisition is Set Aside 100% Service Disable Veteran Owned Small Business or Veteran Owned Small Business. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this is a Sources Sought Notice that is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business or Veteran Owned Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email at debra.james3@va.gov. Responses are due no later than 7/9/2018 12:00pm Central Standard Time. Within your email please provide your capabilities statement and indicate if you can provide all items listed and instructions within this document along with delivery, installation, configuration, training, and manufacturer s warranty. Statement of Work Peripherally Inserted Central Catheter (PICC) Ultrasound System Southeast Louisiana Veterans Health Care System New Orleans, LA 7/5/2018 1. PURPOSE 1.1 The overall purpose is to provide and configure ultrasound system for Peripherally Inserted Central Catheters(PICC) at Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building, 2401 Tulane St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and configure all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Two (2) Ultra Sound Systems with Probes Specifications/Salient Characteristics: Must include the following imaging capabilities: Vascular - Assessment of vessels in the extremities and neck (e.g., jugular, carotid) leading to or coming from the heart, superficial veins in the arms and legs (e.g., basilic, cephalic, brachial, femoral, radial, saphenous), and vessel mapping. Assessment of superficial thoracic vessels (e.g., axillary, innominate, subclavian) Vascular Access - Guidance for Peripherally Inserted Central Catheters (PICC), Central Venous Catheter (CVC), dialysis catheter, port, peripheral intravenous line (PIV), midline, arterial line placement, access to fistula and grafts, and general vein and artery access Superficial - Assessment of breast, thyroid, parathyroid, testicle, lymph nodes, hernias, musculoskeletal procedures (e.g., joints, ligaments, tendons), soft tissue structures, and surrounding anatomical structures Must have touch screen capability Must be able to measure vessels. Must include technology to provide visual guidance to the SVC Must be able to visually track and provide catheter tip confirmation at bedside. Must provide real time PICC tip location Must monitor patient s cardiac electrical activity (ECG) Must include personalized clinician settings Must include customized fields for documentation Must include reference markers for PICCs, PIVs, CVCs, and dialysis catheters Lithion Ion Battery with up to a 3 hour battery life Minimum 2 USB ports Minimum of 1 HDMI port Must have Ethernet Port Intel Celeron processor (1.8 GHz, quad core) System Storage at least 128G Ultrasound System weight should not exceed 10lbs Monitor size diagonally shall not exceed 12 Probes must have: Frequency between 7.5-10MHxz Elevation focus greater than 17mm Maximum scan depth 6cm Scan width between 20mm and 32mm 2.5.2 Two (2) Medical Equipment Stands Specifications/Salient Characteristics: Stand should be able to support ultrasound system. Stand shall be mobile with four wheels. Stand should have a locking mechanism on at least two wheels. Wheels shall have at a minimum two swivel casters. Stand shall have a basket attached for storage. Stand shall be a minimum of 3 feet in height. Stand shall have a handle for easy transport. Stand shall have methodology to manage cables and accessories. Stands shall meet UL 606-1 standard tilt test. 2.5.3 Two (2) Keyboards Specifications/Salient Characteristics: Keyboard shall be standard alphanumeric keyboard with numeric keypad Keyboard shall use a USB connection Keyboard shall be sealed from liquid spills with plastic cover Keyboard must be compatible with ultrasound system above in 2.5.1 2.5.4 Thirty (30) DOT, Power Midline, 3F, Single Lumen Max Tray 2.5.5 Thirty (30) DOT, Power Midline, 4F, Single Lumen Max Tray 2.5.6 Thirty (30) 4FR Dual Lumen Power PICC Tray 2.5.7 Thirty (30) 5FR Triple Lumen Power PICC Tray 2.5.8 Thirty (30) 4 FR Single Lumen Power PICC Tray 2.5.9 Fifteen (15).05 - 2.0 cm Needle Guide kit with Probe Cover 2.5.10 Fifteen (15) 2.5 - 3.5 cm Needle Guide kit with Probe Cover 2.5.11 Tip Confirmation System 2.5.12 Tip Confirmation System Activation Key 2.5.13 Connectivity Software for Ultrasound System 2.5.14 Wireless Communication The ultrasound system must be capable of supporting an 802.11(a/b/g) wireless environment The wireless solution functionality proposed must be and integrated wireless radio (802.11a/b/g) that is FIPS 140 2 compliant. 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), Central Energy Plant building, 2401 Tulane St, New Orleans, LA 70119 on or before August 17, 2018. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted by the COR and the contractor prior to initial award delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 CONFIGURATION 2.6.2.1 Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Configuration must be completed by September 17, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with configuration, night or weekend configuration may be required. Government will provide a 72 hours' notice of change of configuration hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, configuration, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and configuration of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking on the campus at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (2) each for items 3.1 - 3.17 4.1.2 Digital Copies- Quantity (1) each for items 3.1 3.17 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure ---the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. 8. WARRANTY 8.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9729/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9729 36C25618Q9729.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460865&FileName=36C25618Q9729-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460865&FileName=36C25618Q9729-000.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: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04980618-W 20180707/180705230620-acc756c4f3e18360953438d0f25f5dea (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.