SOURCES SOUGHT
65 -- PHILIPS X5-1 TRANSDUCER ""BRAND NAME OR EQUAL TO PHILIPS IAW SOW AS SPECIFIED IN 1.3, SCOPE OF WORK HUNTINGTON VA MEDICAL CENTER
- Notice Date
- 3/28/2022 7:45:13 AM
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0442
- Response Due
- 3/31/2022 9:00:00 AM
- Archive Date
- 05/30/2022
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: MUST BE BRAND NAME OR EQUAL TO PHILIPS This is a requirement for: U.S. Department of Veterans Affairs Huntington VA Medical Center (VAMC). DESCRIPTION: The Huntington VAMC requires the contractor to deliver within 60 calendar days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Huntington VA Medical Center WAREHOUSE 1540 Spring Valley Drive Huntington WV 25704 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. IAW FAR 15.201(e), 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number. Contract Number. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor letter if you, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the GSA Contract or Open Market. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov . Telephone responses shall not be accepted. Responses must be received no later than Thursday, March 31, 2022, by 12:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) STATEMENT OF WORK (SOW) PHILIPS X5-1 ECHO ULTRASOUND TRANSDUCER BRAND NAME OR EQUAL TO PHILLIPS HUNTINGTON VA MEDICAL CENTER General 1.1 Background The mission of the Cardiology (Special Procedures) Service at Hershel Woody Williams (HWW) VAMC is to provide the best image quality on our Echocardiograms. The patient complexity at the Hershel Woody Williams (HWW) VAMC the Special Procedure service requires the procurement of the Brand Name or Equal to Philips X5-1 transducer . 1.2 Objective Procure one (1) Brand Name or Equal to Philips X5-1 Transducer 1.3 Scope of Work The contractor shall provide the delivery ticket to the COR with a copy to the Contracting Officer (CO) or designee upon delivery of the initial inventory. Returns/Expired: Unused (Unopened and Undamaged) items will be returned to the contractor at the end of the effective period of this agreement without reimbursement or other financial obligations to the Government. Technical Support and Training is included in this agreement. This transducer must be compatible with the Philips EpiQ7 Ultrasound machine. This must a new product not refurbished product. SALIENT FEATURES: X5-1 XMATRIX ARRAY WITH PUREWAVE TECHNOLOGY 5 to 1 MHz extended operating frequency range Ergonomic xMATRIX handle with lightweight cable Shorter length for easy apical fit 2D and Live 3D Echo solution with all modes 3,040 elements with microbeamforming 2D, Live 3D volume, high volume rate (HVR), one-beat, two-beat, four-beat, six-beat, Live volume, color flow, Live 3D color, PW, CW, M-mode, color M-mode, contrast hi MI, contrast low MI, pulse inversion, flash imaging, high 2D frame rate mode, TDI, TDI PW, CMQ quantification, Live xPlane imaging 3D color zoom, 3D colors zoom preview, high volume rate (HVR) color, and two-volume view display iRotate rotatable scan angle from 0 to 360° Extended cable length Single ASIC architecture Adult, contrast LVO, pediatric CHD, contrast low MI, cardiology coronary, adult general, and echo PEN PHYSICAL DIMENSIONS: Dimensions: 9.2 x 3.9 x 2.9 cm (3.6 x 1.5 x 1.1 in) LWD with a shallow waist and push ridges for superb scanning comfort: the shortened 3D length helps to fit into the bed for apical views Lens: 1.7 x 2.3 cm (0.67 x 0.9 in) Green label approved transducer (environmental improvement measure) 1.4 Period of Performance The period of performance of this contract is 60 days from date of award. 1.5 Place of Performance Hershel Woody Williams (HWW) VAMC Special Procedures. 1.6 Applicable Documents Non-applicable 2.0 Specific Requirements/Tasks See paragraph 1.3 Scope of Work 3.0 Delivery or Deliverables Non-applicable. 4.0 Meetings Non-applicable. 5.0 Required Travel and Other Direct Costs (ODCs) Travel or any other costs not previously mentioned are to be at no cost to the government. 6.0 Government Furnished Property/Equipment/Information Non-applicable. 7.0 Special Instructions Non-applicable. 8.0 Glossary of Abbreviations and Acronyms None. LINE-ITEM DESCRIPTION BRAND NAME OR EQUAL TO PHILIPS ITEM NO. DESCRIPTION QUANTITY UNIT COST ----------------------------------------------------------------------------- FUS8350 1 EPIQ 7 UPGRADE X5-1 TRANSDUCER 1 EA COMPACT BRAND NAME OR EQUAL TO PHILIPS CONTRACT TYPE: FIRM-FIXED PRICE TOTAL COST:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1116bd08516a402c970784b1b3be1a10/view)
- Place of Performance
- Address: Huntington VA Medical Center 1540 Spring Valley Drive Huntington WV 25704 25704, USA
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN06281584-F 20220330/220329211521 (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 |