Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2019 FBO #6461
SOURCES SOUGHT

65 -- Ophthalmic Ultrasound

Notice Date
7/31/2019
 
Notice Type
Synopsis
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
36C24119Q0496
 
Response Due
8/6/2019
 
Archive Date
10/5/2019
 
Point of Contact
issa.shawki@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of potential qualified Service-Disabled Veteran-Owned Small Business and Veteran-Owned Small Businesses that are capable of providing the following: 10 MHZ Posterior Segment Imaging, Biometry A-Mode and Diagnostic A-Mode and Kohn Shell (Adult) Manufacturer: Ellex Part Number: 0570-0375 Quantity: 1 40MHZ Anterior Segment b-scan Imaging Mode Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 EyeCube Ultrasound SI Cart Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 Digital Imaging and Communications in Medicine Software Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 Service/Schematics Manual Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 Spare 10 MHz B-Probe Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 Spare 40 MHz B-Probe Manufacturer: Ellex Part Number: 0270-0993 Quantity: 1 Salient Characteristics. The Government requires an Ophthalmic ultrasound which utilizes high resolution ultrasonography to image the anterior and posterior segments of the eye. This device must be compatible with Zeiss Forum PACS which is an existing system already in use in the eye clinic. The Ophthalmological Ultrasound must: Utilize a currently supported Windows Operating system (OS) with plans to upgrade the installed OS to a supported OS if the installed OS is to become unsupported within 1 year of purchase. This upgrade shall be included in the cost of this purchase. The device must be Gigabit Ethernet capable with an ethernet port and be network ready. It cannot possess wireless capability unless the device has a FIPS 140-2 Certificate. Must run off standard 120 Volt electrical outlet. As space is limited device must be less than 20 inches wide, 20 inches in depth, and 8 inches tall while weighing less than 30 lbs. Device must be compatible with Zeiss Forum PACS system and utilize DICOM protocol to store and transmit images Forum license to be acquired separately. Device must also be validated with VISTA IMAGING platform. Device must be able to query work list for ease of use and ensure study is performed on right patient. Device must include application training enough for the user to fully understand all functionality related to the device. Acquisition must include service manuals. The device must include probes and imaging functionality with the following characteristics: 2 B-Scan 40 Mhz UBM Probes for accurate measurement and evaluation of the iris, angle and ciliary body including ICL sizing and IOL haptic placement. 2 B-Scan 10 Mhz posterior segment Probes for high resolution able to distinguish between the retina, choroid, vitreo retinal junction, and sclera. 10 second duration minimum for B scan video capture with playback functionality and real time image processing with lowest neighbor, linear interpolation, bilinear interpolation, and cubic interpolation algorithms. The Device should also include a cart for easy mobility between patient rooms with holder for ultrasound probes. The contractor shall provide a two-year manufacturer s warranty. The contractor will also need to provide installation and training. The items listed above will be utilized and installed at the Northampton VA Medical Center located in Leeds, MA. 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. Responses to this sources sought/RFI are due by 06 August 2019 at 9:00 am EST time. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. 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. The NAICS code for this requirement is 339112 and a small size standard of 1000 employee. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-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/BoVAMC/VAMCCO80220/36C24119Q0496/listing.html)
 
Place of Performance
Address: Northampton VAMC;421 North Main Street;Leeds, MA
Zip Code: 01053-9764
Country: United States
 
Record
SN05387431-F 20190802/190731230029 (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.