Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOURCES SOUGHT

65 -- EchoNous Bladder S7 with AI Station (Delivery for VA Pittsburgh) Brand Name Only. This is not a request for quote.

Notice Date
7/14/2022 8:53:36 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0939
 
Response Due
7/21/2022 1:30:00 PM
 
Archive Date
10/19/2022
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@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. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 7. EchoNous Bladder S7 with AI Station (Brand Name Only) INTRODUCTION/BACKGROUND: 1.1. EchoNous Bladder brings together data-rich fanning, a state-of-the-art AI algorithm using Convolutional Neural Networks (CNN) and a rugged probe design to help nurses quickly determine the bladder volume of patients. OBJECTIVE: The Department of Veterans Affairs, VISN 04, VA Pittsburgh Health Care System Pittsburgh, PA hereby referred to as the VAMC Pittsburgh (646), is requesting the Brand Name only acquisition of the following: EchoNous Bladder S7 with AI Station MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See 3.2.4. Table 1 Salient Characteristics for Brand Name EchoNous EchoNous Bladder Scanner Rugged and Reliable The highly reliable, all-electronic, non-mechanical bladder scanning probe has no moving parts, thus bringing a new level of reliability and durability. Sleek and Ergonomic Smoothly fan from hip to hip with the EchoNous Bladder probe Lightweight and comfortable to hold Engaging Onscreen Navigation Onscreen prompts are designed to help you easily and quickly acquire bladder volume AI-Driven Deliver the best accuracy and reliability when used on live patients AI algorithm is designed to learn and improve over time as more data is captured EchoNous AI Station Versatile and Agile Easily roll the AI Station from the front or rear Handle and adjust the tablet mount 180° for an optimal view of the screen Rugged Tablet Mount Durable and withstand fast paced environments by including built-in USB cable management Sturdy mount hinge Intuitive Design With just a push of a quick release button, the rear storage bin can be removed for cleaning User interface Touch screen Context-sensitive videos Text and voice recording Data and ultrasound image outputs Wireless printing Measurement tools Auto volume measurements Distance measurement Image storage Local image storage Remote server (DICOM) Connectivity Wi-Fi Bluetooth connectivity Automatic software updates Battery Can perform 25, 2-minute bladder probe scans in a 24-hour period while only using 25% of the tablet battery Portability Available on a rolling stand or with a carrying case Expandable platform Pairs with EchoNous Vein so that the tools needed for bladder scanning and vascular access are all in one platform Technical Specifications EchoNous Bladder Scanner Weight Tablet unit: 420 grams (14.8oz) Probe 181 grams (6.4 oz) (including cable) Dimensions Tablet unit: 24.46 x 15.95 x .56 cm Probe: 6.0 x 2.4 x 13.5 cm Connecting cable: 180 cm L Transducer Curved 4.0 MHz, 128 element EchoNous AI Station Weight: 24.5 kg Dimensions: 137 H x 41 W x 59 D cm Base Dimensions: 36 W x 46 D cm Storage Quick release, rear mounted storage bin Holder for ultrasound gel Cable Management Central track with covered panel Casters 5 locking casters Component Adjustability Handle bar and tablet mount can be installed at preferred height Mounting Bracket Swivel left and right (+/- 90°) Tilt up and down (+30°/-15°) Durability Heavy duty base, column and hinge Protection for USB connectors Table 1 Line Item Part No. Description Qty 0001 SIGNOSTICS-P006681 EchoNous Bladder S7 with AI Station 3 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Ralph Simms Phone Number: 412-360-3586 Email: ralph.simms@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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 subcontracted work and completion of job. 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. 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? 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. 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? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. 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 allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on July 21, 2022. 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, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM 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 Officer at allan.tabliago@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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ffa6b77fca140fa96e11f26d9eba228/view)
 
Place of Performance
Address: Department of Veterans Affairs H. John Heinz III VAMC 1010 Delafield Rd, Pittsburgh 15240-1005, USA
Zip Code: 15240-1005
Country: USA
 
Record
SN06389819-F 20220716/220714230127 (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.