SOLICITATION NOTICE
65 -- Research Svc-Research Ultrasound Platform
- Notice Date
- 6/19/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0861
- Response Due
- 6/24/2019
- Archive Date
- 7/24/2019
- Point of Contact
- latricia.williams2@va.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26219Q0861 The Department of Veterans Affairs Contracting Office has a requirement for Research Ultrasound Platform that meets the following salient characteristics with Brand Name or Equal to the Manufacturer. The Contractor shall furnish all supplies/services at The VA San Diego Healthcare System 3350 La Jolla Village Drive, Warehouse Bldg. 1 San Diego, CA 92161. MEDICAL EQUIPMENT: P01434 1 PLEASE TAG UNDER EIL # 38I, STORAGE LOCATION: 6TH FLOOR, ROOM 6058 VANTAGE 64 LE - RESEARCH ULTRASOUND PLATFORM -STANDARD FREQUENCY CONFIGURATION - 128 transmit channels/64 receive channels - PCI Express cable and PCI express PC interface card - Standard Host controller includes installation of PCI express adapter card; installation of firmware and drivers; custom configuration of BIOS; loading of VERASONICS software including HAL, VSX, example scripts and licenses; thorough testing of entire configuration 1 EA P01443 2 Arbitrary Waveform Package (Inc. Extended Transmit and Arbwave Capabilities 1 EA P01445 3 Universal Transducer Adaptor with UTA 260-S Inc. 1 transducer connector 1 EA P01937 4 Verasonics L22-14vX Biased linear array transducer 1 EA 5 SHIPPING & HANDLING 1 EA STATEMENT OF WORK (SOW) Date: June 19, 2019 Contract Number: 664-19-3-9145-0315 Task Order Number: IFCAP Tracking Number: Follow-on to Contract and Task Order Number: 1. Contracting Officer s Representative (COR) Name: Coral Ana Section: RESEARCH Address: 3350 LA JOLLA VILLAGE DRIVE SAN DIEGO, CA 92161 Phone Number: 858-552-8585 x 3657 Fax Number: 858-642-3020 E-Mail Address: Coralyn.Ana@va.gov 2. Contract Title. (Provide a short descriptive title of the work to be performed) Vantage 64 LE Ultrasound Platform for PI: Eric Y. Chang, M.D., Fiscal Year 2019 3. Background. Our CSR&D project focuses on the non-invasive assessment of human rotator cuff tendon structure using imaging techniques (MRI and US), and biomechanical validation is an important part of this assessment. RCTs are extremely important for upper extremity function, and unfortunately dysfunction is common, with prevalence rates of approximately 70% in patients that seek medical attention for shoulder pain. A major challenge in current practice is how to assess the quality of the tendon. Both clinical assessment and conventional imaging, such as magnetic resonance imaging (MRI), are insufficient. To date, the results of our Merit Award demonstrate that the new quantitative MRI techniques we proposed are an excellent means by which to quantitatively assess the structural status of the RCT. With the Verasonics Vantage Research US system, we will be able to employ leading-edge shear wave and acoustic radiation force imaging techniques, thus complementing the quantitative structural MRI and US measures we are already performing. This system is unique in that arbitrary waveforms and multi-angle, plane wave imaging can be performed using ultrasound frequencies from 500 KHz to 27 MHz. We expect that many of the elastography techniques we development and implement using this system will be able to be translated to modern clinical ultrasound imaging systems after testing and validation. 4. Scope. This project s period of performance includes July 1, 2019 through September 30, 2019. 5. Specific Tasks. Verasonics, Inc. will provide the Vantage 64 LE Ultrasound Platform system, a quantitative ultrasound platform which includes the standard host controller and necessary software. The Arbitrary Waveform Package is required, which allows extended transmit and arbitrary wave capabilities. Additionally, the system requires a linear array transducer. 6. Performance Monitoring. The PI, Dr. Eric Y. Chang, will use the Vantage 64 LE Ultrasound Platform system after delivery to check quality of performance. 7. Security Requirements. N/A 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. No sensitive and/or proprietary information is used with this equipment. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A Contractors must execute non-disclosure agreements when they work with sensitive and/or proprietary information. Your SOW must identify any sensitive or proprietary information to which the contractor will have access during contract performance, so the non-disclosure agreements can be signed by the time the contract is awarded. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. The PI, Dr. Eric Y. Chang, will use the Vantage 64 LE Ultrasound Platform system after delivery to check quality of performance. 10. Risk Control. N/A. 11. Place of Performance. The Vantage 64 LE Ultrasound Platform will be constructed by Verasonics, Inc. at 11335 NE 122nd Way, Suite 100, Kirkland, WA 98034, USA. 12. Period of Performance. 1 July 2019 - 30 Sept 2019 13. Delivery Schedule. Delivery will be by courier within 8 weeks of receipt of purchase order. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 334510 Size Standard 1000 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Responses to the solicitation shall be due on Monday, June 24, 2019 at 3:00PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to LaTricia Williams, Contracting Specialist at Latricia.williams2@va.gov with "36C26219Q0861 in the subject line within 24 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote and a point of contact with email/phone number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0861/listing.html)
- Record
- SN05346391-F 20190621/190619230054 (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 |