Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2019 FBO #6448
SOURCES SOUGHT

65 -- IMPAX Workstations and PACS integration, migration and implementation

Notice Date
7/18/2019
 
Notice Type
Synopsis
 
NAICS
334517 — Irradiation 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
36C26219Q1025
 
Response Due
7/24/2019
 
Archive Date
8/8/2019
 
Point of Contact
Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334517 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide additional interfaces, integration of new IMPAX workstations and Picture Archive and Communication Systems (PACS), software migration, purchase of additional workstation hardware & software, and implementation services that at a minimum meets the following salient characteristics with a commercial product, brand name or equal, for the VA San Diego Healthcare System: Product Information: Manufacturer: Agfa Healthcare Corporation. LHA5L PACS OTH. APPLIC.SUPPORT: PACS OTH. APPLIC.SUPPORT (IMPAX desktop integration - PowerScribe 360) 3 EA XGCCR IMPAX SVC UPG DESKTOP INTEGRATION: An IMPAX desktop integration upgrade provides the same functionality as for the existing desktop integration, to additional client workstations. The accompanying Software Only Plus maintenance contract provides sustaining engineering of the integration as new releases of Agfa PACS are introduced, to cover the expanded integration scope. Integration modification required due to changes made to the third party product including upgrades, is not covered by the Software Only Plus maintenance agreement. 4 EA LHA5L PACS OTH. APPLIC.SUPPORT: PACS OTH. APPLIC.SUPPORT (IMPAX desktop integration - TeraRecon) 3 EA XGCCR IMPAX SVC UPG DESKTOP INTEGRATION: An IMPAX desktop integration upgrade provides the same functionality as for the existing desktop integration, to additional client workstations. The accompanying Software Only Plus maintenance contract provides sustaining engineering of the integration as new releases of Agfa PACS are introduced, to cover the expanded integration scope. Integration modification required due to changes made to the third party product including upgrades, is not covered by the Software Only Plus maintenance agreement. 4 EA XJEYR HPI NO ADAPTERS NEEDED OPTION FIO Z4 G4: HPI Z4 G4 NO ADAPTERS NEEDED OPTION 4 EA XJEZT HPI MISC CONVERT TPM TO 1.2 FIO Z4 G4: HPI MISC CONVERT TPM TO 1.2 4 EA XHE3R HPI NO INTEGRATED GRAPHICS FIO Z4 G4 4 EA XHEWE HPI LOCALIZATION KIT USA FIO FOR Z4 G4: HPI Localization Kit USA FIO for Z4 G4 4 EA 53SE6 HP USB Standard Keyboard USA: HP USB Standard Keyboard US 4 EA XHE1N HPI 3/3/3 USA FIO for Z4 G4 4 EA XHGSE CDW HW LOGITECH G403 PRDGY GAMING MOUSE 4 EA 5QTLR APC UPS 1300VA: UPS for one Small Workflow Manager, DS, CS, TS, OT, Basix server, or CM. APC BACK-UPS 1300VA/780 Watts 120V (model BR1300G) Contains (5) NEMA 5-15R output connections for battery backup and (5) NEMA 5-15R output connections for surge protection Input 120V/60 Hz, 6 foot cord with NEMA 5-15 plug 4 EA 5W3SQ Phillips SpeechMike III Pro Premium Push-Button (LFH3500): Phillips SpeechMike III Pro Premium with push-button. Model number LFH3500. For use with Talk 4.0 and 4.1. 4 EA XH44Q HPI W10 PRO 64 WKST TO W7 PLUS AMS Z4 G4 4 EA 59CET BARCO EONIS MDRC-2224BL MK2 LED BLACK: Barco Eonis colour 24"" LED 2MP clinical display, single head, single stand, black 4 EA XHD4P HPI Z4 G4 8-CORE CPU 32GB MEM 256GB SSD: HPI Z4 G4 with 8-Core CPU, 32GB Memory, 256GB SSD 4 EA XB6H8 BARCO COR FUS C LED 6MP 1H1F MXRT5600: Barco Coronis Fusion colour 6MP single head, single stand, including the MXRT-5600 display controller. Setup as 2x3MP for our Enterprise Imaging and IMPAX applications. 4 EA Platform Infrastructure (Workstations) 1 EA Background Information: The agency currently owns several IMPAX workstation currently in use to treat patients. Radiology has an immediate need to expand their imaging reading IMPAX workstations. The IMPAX workstations are intended for the storage, reading, diagnostic review, analysis, annotation, distribution, printing, editing and processing of digital images and data acquired from diagnostic imaging devices such as Computed Tomography (CT), Magnetic Resonance (MR), Computed Radiography (CR), Digital X-ray (DX), Digital Mammography (MG), Ultrasound (US), Nuclear Medicine (NM), Positron Emission Tomography (PET), X-ray angiography (XA), Radiotherapy (RTR), Electrocardiogram (ECG) and any other Digital Imaging and Communication in Medicine (DICOM) devices. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to edgar.alvizar@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday July 24, 2019 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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/LBVANBC/VAMD/36C26219Q1025/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
Country: USA
 
Record
SN05374056-F 20190720/190718230024 (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.