SOURCES SOUGHT
65 -- Verathon GlideScope Monitor 608-20-4-7077-0030
- Notice Date
- 9/9/2020 4:44:23 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0620
- Response Due
- 9/9/2020 7:00:00 AM
- Archive Date
- 09/19/2020
- Point of Contact
- Phillip D Crockett, Contract Specialist, Phone: 802-295-9363 x5199
- E-Mail Address
-
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Awardee
- null
- Description
- Statement of Work Verathon Glide Scope Monitor, Surgical Services Manchester VA Medical Center PURPOSE The purpose is to provide a replacement of the current monitor, as it is justifiably obsolete and end of life, that is not serviceable. The newer monitors allow for improved visualization of the airway during endotracheal intubation. SCOPE OF WORK The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section All equipment and installation must meet manufacturers and VA specifications The contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of this equipment. The contractor is responsible for any missing parts and components not included in the order to carry out the installation. Training of staff in operations is not required as current system is in place and being utilized by staff. Contractor will setup anesthetist s preference settings, once machine has been delivered to the Manchester VA medical center and after clearing from biomed. EQUIPMENT/SALIENT CHARACTERISTICS Ingress protection rating: IP54 LCD Screen size: 6.4 of video image display U/I design ensures entire 6.4 LCD screen space is utilized for video image display; no portion of LCD display is permanently utilized for U/I Icons Quick-release mechanism: for quick release and transport of video monitor to alternate points of care USB port: insert USB for recording snap-shots and videos LCD anti-glare coating for bright environments On-screen playback of videos and photos Video export port: HDMI-to-DVI cable exports image from GlideScope monitor to OR monitor Auto Video Export and Auto Recording capability in user settings exports video to OR monitors and begins recording upon start-up (no additional, manual steps required) On-board 4-Step technique video: one-touch launch of tutorial video Video Monitor SW Update capability via SW Upgrade USBs Internal, rechargeable Lithium Ion Battery; Minimum 90 minutes continuous use Low cost of ownership: integrated Lithium Ion Battery life minimum 500 charge/re- charge cycles: 500 cycles x 90 minutes each cycle = 45,000 minutes included in original purchase (no requirement for additional battery management). Immediate expansion and upgrade capabilities: compatible with GlideScope Titanium Video Cable and Reusable blades; compatible with Spectrum Smart Cable and Single Use blades; compatible with AVL Video Baton 3-4, 1-2 and Stat blades sizes 0, 1, 2, 2.5, 3 and 4. AREAS TO BE SERVICED Department of Veterans Affairs Manchester Veteran Medical Center Surgical Services 718 Smyth Rd Manchester, NH 03104 INSTALLATION Contractor shall deliver all equipment to the Manchester New Hampshire Veteran Medical Center, 718 Smyth Rd, Manchester, NH 03104. Deliver materials to the site in manufacturer's original sealed containers with brand name marked thereon. Package items to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Store products in dry condition inside enclosed facilities. Contractor will set-up initial settings for the anesthetist s preferences within the machine. TRAINING This video monitor is a replacement of what is currently being used, and no additional on-site training is required at this time. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. WARRANTY The contractor warrants that the equipment is free from defects in materials and workmanship for the specified warranty period set forth in the Contractors operator s manual. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. SPECIAL WORK REQUIREMENTS The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. ATTACHMENTS None.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ce8c62f062f04450a23e76d7b3498019/view)
- Place of Performance
- Address: Manchester 03104-7007
- Zip Code: 03104-7007
- Zip Code: 03104-7007
- Record
- SN05792257-F 20200911/200909230150 (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 |