SOURCES SOUGHT
65 -- Vascular Imaging System, Injector, Table, and Monitor
- Notice Date
- 4/13/2020 9:03:37 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- W40M RHCO-ATLANTIC USAHCA FORT BELVOIR VA 22060-5580 USA
- ZIP Code
- 22060-5580
- Solicitation Number
- W91YTZ20Q0108
- Response Due
- 4/16/2020 9:30:00 AM
- Archive Date
- 05/01/2020
- Point of Contact
- Michael S. Brown, Phone: 7067878856, Sebrena. L. Lane, Phone: 7067872377, Fax: 7067878876
- E-Mail Address
-
michael.s.brown132.civ@mail.mil, sebrena.l.lane.civ@mail.mil
(michael.s.brown132.civ@mail.mil, sebrena.l.lane.civ@mail.mil)
- Description
- The Regional Health Contracting Office-Atlantic, Gordon Health Contract Branch, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a one-time purchase order to provide Dwight D. Eisenhower Army Medical Center (DDEAMC), Department of Surgery, Ft Gordon, GA with a Vascular Imaging System that includes a Mobile Monitor, Injector System, and Operating Imaging Table. The Vascular Imaging System, mobile display monitor, Injector System, and the Operating Imaging Table are to perform Endovascular Aneurysm Repair (EVAR) and other complex vascular cases or in the use and injection of contrast for cholecystectomy surgeries that require Intraoperative Cholangiograms for the safe removal of gall bladders. The result of the market research will contribute to determining the method of procurement. The acquisition will be solicited under North American Industry Classification System (NAICS) code 339113 -- Surgical Appliance and Supplies Manufacturing with a size standard of 750. The salient characteristics of this requirement are as follows: Operating Imaging Table - Must be able to support at least a 600 lb. patient capacity. - Must be capable of at least an 80� imaging area or greater for total body coverage - The table must be able to accommodate both AC and DC to allow for plug in and go. - Must have up to a 5 day battery backup under normal use. - Must not contain hydraulic systems. - Must have the travel abilities of 32� longitudinal and 8� transverse. Must have a 12 degree Trendelenburg tilt with automatic positioning and safety lockout when in Trendelenburg. - Must be able to perform interventional procedures in any room without the cost associated with fixed integration. Mobile Monitor - Must a minimum of 4x the pixels of a standard HD monitor. This will result in the reduction of magnification to reduce eye strain and present clearer images. Injector System - Must be a Pedestal System with a foot switch. - Must have the ability to store and sort up to 35 injection protocols and review a history of up to 50 actual injections. - Must have a clear barrel syringe that enable improved visualization of both air and contrast that facilitate safe monitoring. - Must have at least 4 phases with different flow rates and volumes delivered in a single continuous injection. - Must have Interface Cable capable of providing interfacing between OEC system and the Injector system. If your company has the capacity to provide this equipment, please provide the following information: 1) company name, address, email address, website address, telephone number, size and type of ownership for the company; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of item capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, company should address the administrative and management structure of such arrangements. Interested parties must be registered in the System for Award Management (SAM), https://www.sam.gov/portal/public/SAM/. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed equipment are invited to submit a response to this Sources Sought Notice by 16 April 2020 no later than 1230 PM EDT. All responses under this Sources Sought Notice must be emailed to michael.s.brown132.civ@mail.mil and sebrena.l.lane.civ@mail.mil. If you have any questions concerning this opportunity, please contact Mr. Michael S. Brown at michael.s.brown132.civ@mail.mil or 706-787-8856.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7fc1ff47276c48a8853d8f9a643796e6/view)
- Place of Performance
- Address: Fort Gordon, GA 30905, USA
- Zip Code: 30905
- Country: USA
- Zip Code: 30905
- Record
- SN05619659-F 20200415/200413230149 (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 |