DOCUMENT
65 -- LUMIFY - Phillips Diagnostic ultrasound brand name or equal FUS6883 - Attachment
- Notice Date
- 8/20/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;New Mexico VA Health Care System;1501 San Pedro Drive SE;Albuquerque NM 87108
- ZIP Code
- 87108
- Solicitation Number
- 36C25818Q9793
- Response Due
- 8/27/2018
- Archive Date
- 10/26/2018
- Point of Contact
- Bryan.Rogers2@va.gov
- E-Mail Address
-
bryan.rogers2@va.gov
(Bryan.Rogers2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, New Mexico VA Health Care System (NMVAHCS), on behalf of: New Mexico VA Health Care System, 1501 San Pedro Dr SE, Albuquerque, NM, 87108-5128 has a requirement for Brand Name Or Equal: Phillips FUS6883 combo package: L12-4 and C5-2. The intent of the procurement is to award a firm-fixed price contract. The below reflect background and part numbers of the equipment to be delivered. Required Items Brand Name Or Equal: Item # Description of Supplies Qty Unit 0001 Phillips Brand name or equal FUS6883 - Combo Package: L12-4 & C5-2 2 Pkg 0002 Phillips Brand Name or equal NNAP756 - Lumify Terms 2 Ea 0003 Phillips Brand Name or equal FUS7000 English Manual 2 Ea Statement of Information: Contracting Officer s Representative (COR). Name: Roman Wynnyckyj Section: Medicine Service Address: 1501 San Pedro Dr. SE, Albuquerque, NM 87108 Phone Number: (505) 767-6003 Fax Number: (505) 256-2803 E-Mail Address: Roman.Wynnyckyj@va.gov 2. Contract Title. Two Ea (2) Lumify Point-Of-Care Ultrasound Combo Packages. 3. Background. In the past 20 years there has been growth in the body of evidence that demonstrates the utility of Point-Of-Care Ultrasound (POCUS). The best evidence for beneficial safety and patient outcomes relates to the use of POCUS for bedside procedures. POCUS also has many different applications for patient assessment that can enhance and complement the traditional physical examination and therefore aid in the diagnosis and clinical decision making. 4. Scope. POCUS is highly sensitive for pneumothorax consistently outperforming chest x-ray by a wide margin. POCUS has been shown to be highly valuable in the assessment of acute dyspnea. POCUS consistently outperforms standard physical examination and the chest x-ray in the detection of pleural effusions. Furthermore, POCUS enables the physician to characterize the nature of the effusion as simple or complex in real time. Many of the residency programs teach POCUS to assess the central venous pressure (CVP) of patients more than any other POCUS application. They do so primarily through visualization of the inferior vena cava (IVC). CVP is estimated based on the size of the IVC as well as its collapsibility with respiration. This enables the physician to determine whether the patient may need additional fluids or be in fluid overload. Being able to identify this at bedside saves much need time in making the appropriate determination and corrective measure which improves patient care. APP based system (Internet connection not required) Compatible with multiple Android smart devices (Purchased separately) USB connection to Android device from transducer Broadband Curved array transducer with: 5 to 2 MHz extended operating frequency range 50mm radius of curvature 2D, color Doppler, M-mode, advanced XRES and multivariate harmonic imaging, SonoCT High resolution imaging for deeper applications: abdominal, gall bladder, OB/GYN and lung imaging preset optimizations Center line marker MicroB USB transducer with replaceable cable Broadband Linear array transducer with: 12 to 4 MHz extended operating frequency range Aperture size: 34mm 2D, steerable color Doppler. M-mode, advanced XRES and multivariate harmonic imaging, SonoCT High resolution imaging for shallow applications: Soft Tissue, Vascular, Superficial, Musculoskeletal, and Lung. Center line marker MicroB USB transducer with replaceable cable 5. Performance Monitoring Vendor performance will be monitored by Biomedical Engineering, the COR, and Hospitalist staff to ensure that work is completed as stipulated by the contract. Work completed will be reported to the COR to ensure that contractual conditions are met. 6. Security Requirements Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. The C&A requirements do not apply and a Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 8. Other Pertinent Information or Special Considerations. None identified at this time a. Identification of Possible Follow-on Work. None identified at this time b. Identification of Potential Conflicts of Interest (COI). None identified at this time c. Identification of Non-Disclosure Requirements. None identified at this time d. Packaging, Packing and Shipping Instructions. None identified at this time e. Inspection and Acceptance Criteria. The equipment will be shipped to our receiving department and inspected and approved for patient use by our Bio Med Service before delivery to the Hospitalist Chief. 9. Risk Control Any infection control or other potential risks will be mitigated or resolved by the appropriate department. 10. Place of Performance. This equipment will be housed and used in the MICU at the NMVAHCS, 1501 San Pedro Drive SE, Albuquerque, NM 87108. End Statement of Work DELIVERY INFORMATION FOB Destination to: Phoenix VA Health Care System 650 E Indian School Rd Bldg. 1 Phoenix, AZ 8502-1892 The applicable NAICS code is 339112, surgical and medical instrument mfg. Small Business manufacturers for this NAICS code have a size standard of 1,000 employees. The delivery term is to be 30 calendar days ARO, with no options included. PLEASE INDICATE IN YOUR RESPONSE YOUR BUSINESS SIZE AND IF YOU ARE A MANUFACTURER OR DISTRIBUTOR. IF THE ITEMS ARE AVAILABLE ON A FSS SCHEDULE PLEASE INCLUDE THE FSS SCHEDULE NUMBER. ALL RESPONDANTS MUST BE MANFACTURERS OR AUTHORIZED DISTRIBUTORS. NO REFURBISHED OR GRAY MARKET ITEMS WILL BE ACCEPTED. It is anticipated that a Request for Quotes will be issued on or about August 30, 2018. Award of a firm fixed price contract is contemplated on or about September 7, 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 recommended that SDVOSB and VOSB 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. Prior to any award, a vendor/contractor must be vendorized. Such forms required for vendorization will be included in any solicitation resulting from this sources sought notice. 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; (3) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (4) If you are a distributor, a statement from the manufacturer that your company is an authorized distributor; (5) a statement to inform the government if you are a manufacturer or distributor; (8) any information regarding FSS Schedule availability; (6) any other pertinent company documentation. The response date to this Sources Sought notice is August 27th, 2018 at 6:00 pm EST. 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. Electronically submitted email notifications of interest are acceptable via Bryan.Rogers2@va.gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC501/AlVAMC501/36C25818Q9793/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q9793 36C25818Q9793.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4551211&FileName=36C25818Q9793-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4551211&FileName=36C25818Q9793-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q9793 36C25818Q9793.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4551211&FileName=36C25818Q9793-000.docx)
- Place of Performance
- Address: ship to:;New Mexico VA Health Care System;1501 San Pedro SE;bldg 46;Albuquerque, NM
- Zip Code: 87108-5128
- Zip Code: 87108-5128
- Record
- SN05046176-W 20180822/180820231409-09900c9173f9ac12717c8e153ce1416d (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 |