DOCUMENT
65 -- BLADDER SCANNERS - Attachment
- Notice Date
- 7/20/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- 36C25818Q9649
- Response Due
- 8/3/2018
- Archive Date
- 9/2/2018
- Point of Contact
- James Vercoe
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 3 This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please advise if you carry this product or a suitable or equal. Also include company socio/Economic status and size. If you have any questions or concerns in reference to the Parts listing please provide as well. EMAIL INFORMATION TO : James.Vercoe@VA.GOV ALL RESPONDANTS MUST BE MANFACTURERS OR AUTHORZED DISTRIBUTORS. NO REFURBISHED OR GRAY MARKET ITEMS WILL BE ACCEPTED. It is anticipated that a Request for Quotes will be issued in August, 2018. Award of a firm fixed price contract is contemplated by September, 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; (6) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (7) a statement to inform the government if you are a manufacturer or distributor; (8) any information regarding FSS Schedule availability; (9) any other pertinent company documentation. The response date to this Sources Sought notice is August 3, 2018 at 12:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via james.vercoe@va.gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. Statement of work: 1.0 Background: Portable Bladder Scanners device, noninvasive, and works quickly and accurately. The equipment will greatly help Veteran care in that the need for catheterizing a patient will be lessened and urological evaluations of the bladder can be performed, which helps in diagnosing and treating enlarged prostates, urinary leakage (incontinence), bed wetting, and other urological conditions in the community and in clinic. Use of the equipment will reduce Veterans pain and discomfort, preserve their dignity, improve their quality of life and reduce overall cost of their care. This equipment does not hold or store patient information. In accordance with Appendix A, Handbook 6500.6 Checklist block 6, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required, In accordance with Appendix A, Handbook 6500.6 Checked block 7, Due to the non-technical nature of this requirement there is no information to be protected. The period of performance will be 30 days after receipt of award. 2.0 SPECIFICATIONS: Line power or 32 Whr rechargeable battery (8 10 hours of use) 9 color touch screen tablet; 1920 X1080 resolution Weighs less than 2 pounds For use on patients: adults; 3.5 Mhz and Pediatrics; 5.0 Mhz 2D or 3D sector scan; B mode Bladder Volume Capacity 0 1800cc; +/- 10%, +/- 10cc 94mW/CM squared ISPTA 0 68 mW/cm squared ISPPA Range 1.9 max mechanical index 17mm transducer diameter 3.5Mhz transducer resonant freq Over 60% transducer bandwidth 1 year parts and labor warranty on tablet and probe 3.0 TASKS: The vendor, will deliver all necessary equipment to the below shipping address. The vendor will train all appropriate staff at PVAHCS regarding the procedures to access and utilize the Positive Therapy System. The vendor will offer instructions, and customer service support regarding any issues or concerns. The importance of this equipment is to expand and improve the quality of services provided to veterans. The life expectancy of this equipment barring accidental misuse or abuse would sustain the Urology Department and providers for many years. The vendor shall provide all necessary personnel, and equipment to accomplish the set-up and installations. The vendor shall provide On-Site initial training/ in-service in proper set-up, and use of the equipment for Phoenix VA Health Care System Urology Department Staff described in this statement of work, except as may otherwise be specified. 4.0 Delivery and Shipping Information: The contractor shall provide the following for shipment and delivery of equipment: All items shall be shipped to the following location: Attention: James Monigold COR PVAHCS 650 E. Indian School Road Phoenix, AZ 85012-1892 The contractor is responsible for all travel-related costs associated with any on-site delivery of the Ultra-Sound machine. 5.0 CONFIDENTIALITY AND NONDISCLOSURE: This item does not hold any patient information therefore a security package is not required. In accordance with Appendix A, Handbook 6500.6 Checklist blocks 6, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. Due to the non-technical nature of this requirement, in reference to no. 7 there is no information to be protected. If vendor needs access during delivery, assembly or installation, the contractor shall be escorted by a VA employee at all times to ensure there is no exposure to VA sensitive information. 6.0 GOVERNMENT FURNISHED EQUIPMENT: N/A 7.0 HIPPA Compliance: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9649/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q9649 36C25818Q9649.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4497360&FileName=36C25818Q9649-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4497360&FileName=36C25818Q9649-000.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: PVAHCS;650 E Indian School Rd;Phoenix AZ
- Zip Code: 85012
- Record
- SN05001031-W 20180722/180720230855-dee0c66296ff2db77b9eb0ff763f12dd (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 |