SOLICITATION NOTICE
65 -- SONOSITE PX ULTRASOUND SYSTEM BRAND NAME ONLY CS: Maureen Sundstrom
- Notice Date
- 7/21/2023 7:26:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0848
- Response Due
- 7/26/2023 3:00:00 PM
- Archive Date
- 08/25/2023
- Point of Contact
- Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
- E-Mail Address
-
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 9 of 9 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This is a Brand Name Only Request for Quote (RFQ), and the solicitation number is 36C26023Q0848. The Government anticipates awarding a firm-fixed price supply order from this solicitation. This is a solicitation for Sonosite PX Ultrasound System. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 Effective June 2, 2023. This solicitation is 100% set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517, with a small business size standard of 1200 employees and the PSC is 6525. All interested companies shall provide quotations, that are Brand name only to Sonosite for the following: Equipment Needed: Sonosite PX Ultrasound System Quantity Part Number Description Price 1 L25100 Sonosite PX Ultrasound System 1 L23120 Transducer, L15-4 1 L25110 Sonosite PX Stand 1 P21894 Sonosite PX user guide 1 P25393 Sonosite PX Service Manual 1 Sonosite Institute for Point-of-Care Ultrasound education 100 Hours Salient Characteristics: The equipment must meet the following General System and Stand Specifications Stand Dimensions (footprint width x depth) 28.3 inches x 28.3 inches 720 mm x 720 mm Height Maximum (system and stand) 65 inches/1650 mm monitor raised Height Minimum (system and stand) 42.2 inches/1072 mm monitor lowered Height Adjustment Range 9.8 inches/249 mm Work Surface Adjusts Monitor Angle Work Surface Angle 0 to 140 degrees 15 degrees from horizontal 55 degrees from horizontal Weight (system and stand) 85.1 lbs/38.6 kg System Controls Touch panel and physical buttons Touch Panel Controls Size 10 inches x 5.7 inches 256 mm x 145 mm Clinical Monitor Monitor Size Display Size Image Size 15.6 inches/396 mm 13.5 inches x 7.6 inches 344 mm x 194 mm 8.1 inches x 6.1 inches 207 mm x 155 mm Screen Resolution (minimum) Display Size Image Size 1920 x 1080 pixels 1152 x 864 pixels Transducer Connections (system and stand) (3) Transducer ports Liquid Ingress Protection Rating (system only) IP22 Immersion Rating (transducers) IPX7 Operating System Windows 10 IoT Enterprise 2019 LTSC Architecture Digital broadband Dynamic Range Up to 183 dB Gray Scale 256 shades HIPAA Compliance FIPS199, FIPS200, and NIST 800-53 User Interface Physical Buttons: Time Gain Compensation (TGC), gain wheel, auto gain, depth, select, update, touchpad, annotations, calculations, caliper, image save, clip save, freeze, color, M-Mode, Doppler, 2D Touch Panel: Projected Capacitive (PCAP) touchscreen Display Formats for Duplex Imaging: 1/3 and 2/3, 1/2 and 1/2, 2/3, and 1/3, side by side, and full screen duplex Doppler Controls: Doppler Mode (PW, CW, and TDI), angle, steer, scale, baseline, invert, sweep speed, power, wall filter, sample volume, auto trace, gain, and volume Image Modes 2D Broadband Imaging, Tissue Harmonic Imaging, Pulse Inversion Harmonic Imaging, B-Mode, M-Mode, Color Velocity Doppler (CVD), Color Power Doppler (CPD), Color Variance Mode, Pulsed Wave Doppler (PW), Pulsed Wave Doppler Simultaneous, Tissue Doppler Imaging (TDI), Continuous Wave Doppler (CW) Image Processing Sonosite proprietary speckle reduction algorithm, SonoADAPT Imaging Technology, SonoMB Multi-beam Technology, dual imaging, Time Gain Compensation (TGC), AutoGain, restore default gains, dynamic range, duplex imaging, Triplex, 8x live zoom, Write zoom Cine Processing: Dynamic range Cine Processing: Zoom 2D Image Optimization: Resolution/General/Penetration (Res/Gen/Pen), Color Doppler flow optimization, color variance mode, color compare, 2D sector control (steerable), output power control Needle Profiling (Auto Steep Needle Profiling available on these transducers and exams) C5-1: Musculoskeletal, Nerve, Spine L19-5: Arterial, Musculoskeletal, Nerve, Superficial, Venous L12-3: Arterial, Breast, Musculoskeletal, Nerve, Superficial, Venous L15-4: Arterial, Breast, Musculoskeletal, Nerve, Superficial, Venous Needle Guide Starter Kits: C5-1, IC10-3, L19-5, L12-3, L15-4 Measurements 2D: Distance (10 measurements), area, circumference, ellipse, manual trace, volume, target depth, angle Doppler: Velocity, velocity pair, slope, time, manual trace, auto trace, heart rate, resistive index, pulsatility index, systolic/diastolic ratio, volume flow, velocity time integral, TAM, TAP Automatic Trace Results (determined by exam type): Velocity time integral, peak systolic velocity, end diastolic velocity, mean diastolic velocity, resistive index, pulsatility index, TAP, gate depth, systolic/diastolic ratio, velocity max, velocity mean, pressure gradient max, pressure gradient mean Editable results data sheets and reports Data Management and Connectivity System and Stand: Wifi, Ethernet port, 1080p digital video output compatible with 1080p displays, (4) USB 2.0 ports, (2) USB 3.0 ports, (1) dedicated USB port for printer System Only: (2) USB 3.0 ports ECG connector Storage capacity alert Auto delete function IPv4 and IPv6 networking Supports automatic time reconciliation with a time server Wireless Solutions 2.4 GHz and/or 5 GHz Wireless: 802.11 (A, B, G, N, and AC networking) Key Management Protocols: WEP64, WEP128, WPA/ WPA2 (personal and enterprise) DICOM Workflow Management Store for images, clips, and structured reports, media storage (USB export), storage commitment, modality worklist, Modality Performed Procedure Step (MPPS) Data Security System meets Federal Information Processing Standards (FIPS) for moderate security control selections per FIPS199, FIPS200, and NIST 800-53 Secure boot User and role based authentication LDAP support Security Policies: Open, WEP, Radius, WPA, WPA2 Complex password rules support Federal System Use Notification support Emergency mode support Secure DICOM communication support Data Encryption for Data at Rest: FIPS 140-2 validated encryption algorithms Data Encryption for Data in Transit: FIPS 140-2 validated encryption algorithms System wide white-listing Hardened operating system and services System firewall MDS2 located on Sonosite.com Stand Includes Adjustable stand head, input/output connections, (4) transducer holders, Triple Transducer Connect, cable management system, dual gel holder, wipes holder, storage bin, lockable drawer, cord wrap, power cord Casters: (4) independent locking wheels Warranty Sonosite offers an industry-leading, 5-year standard warranty on most ultrasound systems and Sonosite manufactured transducers to ensure your equipment is protected. Learn more on sonosite.com Supported Languages System User Interface Languages: English, French, German, Italian, Japanese, Spanish, Simplified Chinese * When Sonosite PX is used on the stand. ** Protected against water immersion for 30 minutes at a depth of up to 1 meter. Off the stand, Sonosite PX has (2) USB 3.0 ports. Place of Delivery: Delivery address: Portland VA Medical Center Vancouver Warehouse BLDG 2 1601 E Fourth Plain Blvd. Vancouver, WA 98661 F.O.B. Destination is the preferred delivery within 30-45 days after placing the order. All deliveries will be coordinated with the Portland VAMC Point of Contact. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items , ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) [all solicitations except when conditions at FAR 4.1102(a) apply] Alternate I (OCT 2018) [when contract is awarded without providing full & open competition due to unusual or compelling urgency, FAR 4.1102(a)(5) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.212-3 Offeror Representations and Certifications Commercial Products 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.233-3 Service of Protest (SEPT 2006) (a) 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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 2. FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. 1. Price (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/content in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 3. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification ( https://veterans.certify.sba.gov ). The following contract clauses apply to this acquisition: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.222-19 Child Labor Cooperation with Authorities and Remedies (DEC 2022) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR clauses: 852.203-70 Commercial Advertising 852.212-71 Gray Market Items 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business 852.232-72 Electronic Submission of Payment Requests. 852.242-71 Administrative Contracting Officer 852.246-71 Rejected Goods 852.247-71 Delivery Location 852.247-73 Packing for Domestic Shipment 4. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-28 52.219-27 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 5. There are no additional contract requirements, terms or conditions. 6. Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 07/26/2023. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation will be considered non-responsive. No late quotations will be accepted. The Government intends to make award without discussions. 7. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0e44f5300a3441ea9c9e5290261c7fa/view)
- Place of Performance
- Address: Portland VA Medical Center Vancouver Warehouse BLDG 2 1601 E Fourth Plain Blvd., Vancouver 98661, USA
- Zip Code: 98661
- Country: USA
- Zip Code: 98661
- Record
- SN06759316-F 20230723/230721230048 (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 |