SOURCES SOUGHT
65 -- GE LOGIC ULTRASOUND E10
- Notice Date
- 7/5/2019
- Notice Type
- Synopsis
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24619Q0786
- Response Due
- 7/9/2019
- Archive Date
- 7/24/2019
- Point of Contact
- rodney.wilson2@va.gov
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE ONLY This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following equipment per the description of item(s) below for the Department of Veterans Affairs, Richmond VA Medical Center (VAMC), 1201 Broad Rock Blvd, Richmond, VA 23249: DESCRIPTION OF ITEMS Salisbury VA Medical Center Items: GE Logic Ultrasound (Please See Attachment) Manufacturer: GE GE Logiq E10 System Overview Photo Assistant helps clinicians confirm findings, document clinical symptoms, and provide comprehensive reports Remote Assistant enables the user to operate the ultrasound system from a smart tablet or phone Collaboration Assistant allows easy and immediate sharing of the exam with referring physicians, colleagues, and other experts 1 TB of HD storage Windows 10 OS *** Software based upgrades moving forward. No back door to access ethernet or USB ports QLED Widescreen Touch-Panel Display Image on Touch panel Specialty - No Cord Casters Sealed QWERTY keyboard Hide/show touch panel controls dual screen function 20-minute battery Power Assist HD live with super-fast acquisition Structure reporter built in Omniview VCI XDClear 2.0 provides enhanced resolution and penetration proprietary technology allowing user to differentiate fine details through 22% more contrast, focus with high fidelity near and fare with 99% improved spatial resolution permits visualization of 170% more image information. · Agile Acoustic Architecture Agile Acoustic Architecture uses proprietary dynamic models maximizing patient diagnostic exam data. · XDCLEAR PROCESSING ENGINE Actively working in the background to enhance image quality utilizing advance algorithms to optimize images across all modes and applications. Increasing accuracy whilst reducing exam times. · HIGH DEFINITION, WIDESCREEN DISPLAY A vivid landscape with 1.7 times the image information* the advanced OLED (Organic Light-Emitting Diode) technology in our widescreen monitor provides high contrast and deep blacks, extraordinarily vibrant colors, and excellent image quality even when viewing the monitor off-axis. In combination with enhancements to the XDClear Display, the image visualization landscape is more than 1.7 times larger than our earlier systems. · B-FLOW IMAGING Real-time visualization of blood flow echoes, B-Flow and B-Flow Color imaging enhances assessment of flow hemodynamics in a wide range of studies. Provides rapid assessment of vasculature. · XDClear Transducer Technology XDClear transducers feature advancements in acoustic engineering to increase penetration and high definition resolution.. XDClear 2.0 Enhanced Workflow Capabilities The LOGIQ E10 has features designed to help enhance workflow, mobility, and Convenience provides for a 79% reduction in keystrokes and 54% reduction in exam time. · Raw Data allow for post processing of patient exam ensuring accuracy resulting in fewer patient re-scans and reduced scan time. · Compare Assistant Provides for continuity of patient diagnostic accuracy by allows for real time (onscreen side by side) comparison of prior patient. · Scan Assistant allows automation of procedural protocols ensuring standardization of testing, exam documentation whilst reducing of patient exam times. Protocol standardization /documentation is a key requirement for national accreditation by IAC (Intersocietal Accreditation Commission). · Productivity Packages Allow real time utilization of preprogramed user labels, measurements, and descriptive anatomy for exam documentation and offers generate DICOM ® SR compatible summaries. · VOLUME NAVIGATION sophisticated navigational tools including: Fusion Imaging Merge real-time ultrasound CT and MR Active Needle Tip Tracking Provides a live display 3D GPS Markers · ELASTOGRAPHY Strain Elastography estimates the strain, or tissue deformation Shear Wave Elastography assessment of tissue stiffness · VOLUME ULTRASOUND -View volume data in Multiplanar C-plane Tomographic Ultrasound Imaging (TUI) in multiple slices Volume Calculation (VOCAL) automatically calculating volumes based on an ROI All interested parties should respond, in writing via email to rodney.wilson2@va.gov. No telephone inquiries will be accepted. In response, please include the following: Company/individual name Address Point of contact with phone number Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB ect.) Information describing your interest Indicate FSS/GSA contract number FSS Category you qualify for Tax ID number DUNS number NAICS code (if different than below) Capabilities statement If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov) to be recognize as such. The NAICS 339113 is applicable to this acquisition; with a size standard of 750. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors will be required to be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award. Your response is required by 11:00 AM, July 9, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUL-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/HaVAMC/VAMCCO80220/36C24619Q0786/listing.html)
- Record
- SN05361608-F 20190707/190705230009 (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 |