Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOURCES SOUGHT

65 -- Brand Name or Equal - Ultrasounds for ICU & Pulmonary Units

Notice Date
2/11/2020 10:31:09 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0096
 
Response Due
2/25/2020 8:59:59 PM
 
Archive Date
04/25/2020
 
Point of Contact
Sascha HertsletContracting Specialist615-225-6664
 
E-Mail Address
sascha.hertslet@va.gov
(sascha.hertslet@va.gov)
 
Awardee
null
 
Description
36C24920Q0096 - SOURCES SOUGHT Medical Ultrasound **This is not a request for proposals, bids, or quotes. Do not send any proposal, quotes or bids. This is not a solicitation. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. ** This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement or validate the applicability of 41 USC 3304(a)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements. The NAICS code is 334510 with a size standard of 1250 employees. BASIC REQUIREMENT: The Department of Veterans Affairs (VA) Memphis, Tennessee (TN) Medical Center [FACILITY] at: 1030 Jefferson Avenue, Memphis, TN 38104 is seeking to identify qualified business contractors, preferably SDVOSB/VOSBs, who manufacture and/or sell medical point-of-care ultrasounds for use in the Intensive Care Unit (ICU) and pulmonary department in support of the following medical protocols: RUSH(ed) Exam Sequencing - https://emcrit.org/wp-content/uploads/2011/03/New-RUSH-Review-Article1.pdf FAST & eFAST Examination -https://en.wikipedia.org/wiki/Focused_assessment_with_sonography_for_trauma BACKGROUND: Memphis ICU, an 18-bed unit, and the Pulmonary department were sharing one device for several years a Sonosite brand M-Turbo portable ultrasound unit until it died and became unrepairable resulting in the ICU & Pulmonary department to locate a suitable replacement from other departments pending ordering of new units. ICU uses the ultrasound about 7-10 times per day and Pulmonary unit uses the ultrasound about 3-4 times per day. Memphis has the following ultrasounds in their inventory: GE Logiq E9 - , Seven Total, one turned-in GE Logiq E - , Four total, two turned-in GE Logiq S7 One total GE Logiq S8 One total For several months the facility received and is currently using a loaner unit- a GE Venue Go with the following probe attachments: 3SC-RS Phased Array Probe Wide-band L4-12t-RS-Probe C1-5-RS Wideband Convex Array Probe SALIENT PHYSICAL, FUNCTIONAL, OR PERFORMANCE SPECIFICATIONS SOUGHT: Millimetric precision ultrasound used on conscious and unconscious patients with unknown causes of shock, trauma, or injury to identify nerves, surrounding anatomy, and blood flow in and around the body s core organs like heart, lungs, bladder, spleen, etc. to efficiently and effectively facilitate pathology assessment and provide medical staff with sufficient data to formulate proper medical diagnosis and treatment protocols. Minimal Pathology to assess/identify: Pulmonary edema, pneumothorax, pleural effusion, cardiac stenosis or insufficiency, cardiac hypertrophy or dilatation, hemoperitoneum or pericardial tamponade, and so on. Speckle Reduction Imaging for noise reduction Needle Visualization Volume na Advanced Compound Imaging for enhancing tissue interfaces and border differentiation Family of transducers including single-crystal and high-performance linear probes, among others Color Doppler Auto image optimization for time efficiencies and ease of use Auto IMT measurements for automatic image detection Up-to-date system architecture 15 LCD monitor, Solid State Hard Drive, and long-lasting batteries lasting at a minimum five hours without needing to be plugged into an electrical wall source. Lightness and compactness for easy portability Multi-modes of operation 3D & 4D- Imaging for Cardiac, Pulmonary, and other ICU applications Full measurement and reporting packages Easy-to-clean and keep sanitized Protected from biohazard material Easy-to-maintain Easy-to-use Quick startup with internal self-check feature Easy-to-troubleshoot operating errors Durable equipment lifecycle greater than five years Probes/Attachments/Transducers are interchangeable and interoperable with other make & model systems of brands already in use by the facility, if possible. MARKET RESEARCH: Market research entailed search of government contracting sources and internet identifying numerous large business manufacturers of ultrasound equipment like Hitachi, Siemens Healthineers, Fujifilm, Sonosite, GE Healthcare, and Philips. Market research failed to identify any small business manufacturer or nonmanufacturer OEM-authorized reseller. INSTALLATION CONSIDERATIONS: None. Items will be drop-shipped to Facility s logistic warehouse. DIGITAL CONSIDERATIONS: System is stand-alone and not currently expected to connect to VA IT architecture. Any software must be compatible with Windows, and hardware must be compatible with existing PC structure. OTHER CONSIDERATIONS: Equipment or products must be new not refurbished or grey market. No actual design or construction work will be performed. Options are not considered. Facility is in the process of determining the availability and capabilities of potential small or large businesses meeting the previously-described requirement before possibly issuing a solicitation for a firm-fixed price contract that represents the best value for the government. If no responses are received from potentially responsible sources Facility and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis or sole source basis. RESPONSE CONSIDERATIONS: All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following: Identify the socioeconomic status of your business i.e. small, 8(a), Hub, SDVOSB, VOSB, Large, WOSB, etc. (For additional information on small business concerns visit www.sba.gov). If you are not a manufacturer (i.e. nonmanufacturer), identify the Manufacturer product you distribute that you believe would best meet this requirement: Include a manufacturer brochure Include an authorized distributor or reseller letter Do you carry any product in-stock? Where is the product made? Where is the product delivered from? How long is normal delivery time from order placement? Identify whether you: touch the product before delivering to the end-user? Or, do you just forward the order to the manufacturer and they direct-ship to the end- user? 3. If you are a manufacturer, please answer/provide: a. List of authorized distributors/resellers b. Make/model of ultrasound that would meet this requirement Where is the product made? Where is the product delivered from? How long is normal delivery time from order placement? 4. Identify whether your product is already priced on any Federal Contracts that other Federal Agencies can use like GSA, NASA-SEWP, or Open Market. a. Provide current and active FSS or NASA-SEWP, or other contract number for reference. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. All responses should be emailed to Sascha Hertslet at Sascha.hertslet@va.gov under the subject line Sources Sought Notice # 36C24920Q0096 Medical Ultrasound. **Interested parties are encouraged to point to any part of this notice that they feel is not reasonable or in-line with current commercial practices and offer alternative solutions/ corrective points.** The DUE DATE for responses is February 25, 2020 by 4 p.m. (CST). Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2f4c744adf34b0e8ef52f6773a6da72/view)
 
Place of Performance
Address: Memphis VA Medical Center;1030 Jefferson Avenue;Memphis;Tennessee 38104, USA
Zip Code: 38104
Country: USA
 
Record
SN05559687-F 20200213/200211230205 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.