Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

65 -- Fujifilm SonoSite Ultrasound Machine |

Notice Date
4/30/2020 1:46:34 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0577
 
Response Due
5/14/2020 12:00:00 AM
 
Archive Date
07/13/2020
 
Point of Contact
justin.erdley@va.gov
 
E-Mail Address
Justin.Erdley@va.gov
(Justin.Erdley@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for brand name SonoSite X-Porte Ultrasound Machines for the Wilkes-Barre VA Medical Center, Wilkes-Barre, PA 18711. Requirements Introduction: The SonoSite X-Porte ultrasound system fluidly brings together an intuitive interface, imaging performance, advanced features, and educational resources in a convenient, all-in-one kiosk design. The system provides advanced features and capabilities that help optimize workflow. This includes intuitive touchscreen interface that allows a custom view with high-definition imaging technology that delivers better image visualization. With no buttons, the control panel and monitor may be cleaned and disinfected with ease. An additional feature is the ability to scan along in real-time with more than 87 onboard ultrasound educational tutorials. These education-focused features support medical education and training programs. The modular design provides portability, maneuverability, and easy service support. These machines are used on daily basis to make quick diagnosis and while performing invasive procedures they improve patient safety. VA promotes patient safety and modernization of the system. Brand Name: SonoSite (3) X-Porte Ultrasound Machines Description of Supplies Needed: ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED OR STOCK NO. -------------------------------------------------------------------------------- MEDICAL EQUIPMENT: L15600 1 L15600 - X-Porte Ultrasound Kiosk System with Stand 6 EA P14561 2 P14561 - C60XP / 5-2 MHZ Transducer 6 EA P16038 3 P16038 - HFL38XP / 13-6 MHZ Transducer 4 EA P22557 4 P22557 - rP19XP / 5-1 MHz Transducer 6 EA P14567 5 P14567 - HFL50XP / 15-6 MHZ Transducer 2 EA P24821 6 P24821 - Wireless: On, Internal, 2.4GHZ, 5GHZ 5GHz wireless network capabilities for DICOM communications. This option includes the configuration of 2.4 GHz, 5 GHz or Both. 6 EA P16620 7 P16620 - Service Manual, X-Porte X-Porte Ultrasound System Service Manual 6 EA P14645 8 P14645 - User Guide, X-Porte, English (Paper) X-porte User Guide (CD Only), English 6 EA P16620 9 P16620 - Service Manual, X-Porte X-Porte Ultrasound System Service Manual 6 EA e 10 5-YR-WARRANTY - 60 MONTHS - STANDARD COVERAGE WARRANTY 60 MONTHS - STANDARD COVERAGE WARRANTY 6 EA 11 5-YR_SW_MAINT - X-PORTE SOFTWARE MAINTENANCE 5-YR Warranty and FUJIFILM SonoSite Software and Firmware 5-YR_SW_MAINT - X-PORTE SOFTWARE MAINTENANCE 5-YR Warranty and FUJIFILM SonoSite Software and Firmware Maintenance - 60 Months - Standard Warranty and Maintenance for FUJIFILM SonoSite Software and Firmware (excludes optional third party software). 6 EA 12 MT_XP_TRADE_IN - M-Turbo to X-Porte Trade In Credit MT--WK2BRH MT--WK2717 MT--WK1ZF6* TRADE IN CREDITS FOR 3 UNITS @ $10,000.00 EACH = $30,000.00 3 EA 13 MT_XDUCR_TRADE - M-Turbo Transducer Trade-In Credit Transducer Trade in credit for any M-Turbo transducer L25x--03XCB6 HFL50x--03Y3GH HFL50x--03Y364 L25x--03Y5HN L25x--03W6KD HFL50--03W7L7 P21x--03Y3DY TRADE IN OF 7 TRANSDUCERS@ $1,200.00 EACH = $8,400.00 7 EA 14 COMP_TRADE_IN - Competitor System Trade-In Credit for GE - Vivid e Trade in discount for Non-SonoSite Product. TRADE IN FOR 3 UNITS @ $3,000.00 EACH = $9,000.00 3 EA 15 COMP_TRADE_IN - Competitor System Trade-In Credit for GE - Vivid e Trade in discount for Non-SonoSite Product. TRADE IN CREDIT FOR 9 UNITS EACH @ 9 EA $500.00 = $4,500.00 Delivery: Delivery accepted at VAMC Wilkes Barre, Warehouse, 1111 East End Blvd, Wilkes Barre, PA 18711; Weekdays 8:00am 4:00pm, excluding any government holidays. POC for delivery is Ed Ferkel Ext 24500. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer 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, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to justin.erdley@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on May 14, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Justin Erdley. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at justin.erdley@va.gov. 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. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67bfa051d93d4f7790cde169551bc577/view)
 
Place of Performance
Address: Wilkes-Barre VA Medical Center;1111 East End Blvd.;Wilkes-Barre, PA 18711, USA
Country: USA
 
Record
SN05642061-F 20200502/200430230149 (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.