MODIFICATION
65 -- CIOS Alpha C-Arm Upgrade
- Notice Date
- 9/6/2023 11:01:20 AM
- Notice Type
- Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24623Q1325
- Response Due
- 9/8/2023 7:00:00 AM
- Archive Date
- 10/23/2023
- Point of Contact
- Ruth A Morris, Contract Specialist
- E-Mail Address
-
Ruth.Morris@va.gov
(Ruth.Morris@va.gov)
- Awardee
- null
- Description
- Page 1 of 6 Page 1 of 6 This solicitation is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04 published in the Federal register June 02, 2023. This solicitation is Unrestricted, Full and Open The associated North American Industrial Classification System (NAICS) code for this procurement is 334517 (Irradiation Apparatus Manufacturing) with a small business size standard of 1200 Employees. The FSC/PSC is 6525 (Imaging Equipment and Supplies: Medical, Dental, Veterinary). The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST Salem VA Medical Center, 1970 Roanoke Blvd Salem VA 24153 is seeking to purchase Brand Name: CIOS Alpha C-Arm and Supplies Item Number Description QUANTITY UNIT 1) 14455723 Digital Cine Mode Pulsed digital fluoroscopy with a high pulse rate at 30 fps for up to 15 seconds. Technical specifications: Cios Alpha and Cios Spin with 12 kW: - Up to 119 mA tube current - Up to 1.000 W Cios Alpha and Cios Spin with 25 kW: - Up to 250 mA tube current - Up to 1.000 W - Up to 4.200 W (it requires ESU option) Technical specifications for Cios Flow: - Up to 23,7 mA tube current - Up to 1.000 W 1 EA 2) 14465254 Remote control unit (w. mot.) The remote control gives full control of the C-arm from within the sterile field. It can be draped with a sterile cover and can be attached to the side rail of an OR table or on a small mobile cart. The remote control consists of a touch user interface and an additional control module for operating the electromagnetic brakes, activating motorized movements (orbital, angular and vertical) and position storage keys. 1 EA 0003 14455744 Table fixation holder for remote control Remote control unit holder for attaching to the side rail of an OR table. 1 EA 0004 14455147 Injector trigger Unidirectional trigger output for connecting a contrast medium injector. The trigger interface is compatible with the following injectors: MEDTRON Accutron HP, Pedestal; Bayer (formerly Medrad) Arterion Mark 7, Mark V ProVis 1 EA 0005 14455141 Vascular Software Premium Subtraction angiography to display vessels as a subtraction series or roadmap, with extended function for postprocessing of images and scenes in Subtraction/Roadmap mode, including pixel shift, remask, landmark, dual-channel function, live graphic overlay. Contrast medium: iodine or CO2. 1 EA 0006 IDIA2800600 IDI Ilex55 An easy-to-position mobile video management system with built-in video integration. 55"" UHD 4K monitor. Can display up to four 27"" diagonal equivalent 1920 x 1080p HD images at one time. Overview Accepts analog and digital signals from multiple sources including: C-Arm, ultrasound, hemodynamics, microscopes, cameras, image guidance, & PACS 55"" (140cm) 4K ultra-high resolution medical grade monitor displaying 1, 2 or 4 images at a time Motorized column with 20"" (51cm) vertical travel three equipment shelves with power receptacles and cables. Remote control video formatting Bluetooth speaker system Built in USB charging station Stand 5"" casters (125mm) with three position locking system for easy transport and positioning 20"" (51cm) motorized vertical travel Video input ports: 4) DVI, (2) SDI, (2) VGA, (2) SOG, (2) S video, (2) Display ports Bluetooth speaker system Three equipment shelves with power receptacles and cables Monitor 55"" (140cm) TFT LCD (LED) 4K resolution, 3840 x 2160 pixels Aspect: 16:9 Contrast Ratio - 1400:1 Response - 5ms Pixel Pitch .315 x .315mm. Installation and training provided by IDI within the continental US. Extra charges will apply for installs outside the continental US. A 2 years parts and one year labor warranty are included through IDI 1 EA 0007 M59941325 Arterion injector - Pedestal Configuration is specifically for interfacing to the Siemens' Cios Alpha. Must also quote interface cable and C-Arm interface. The Arterion Mark 7 Pedestal contrast medium injector can be positioned anywhere at the patient positioning table on a mobile unit, for direct operation of all functions in the examination room. The injector system includes: - A mobile pedestal stand with electronics unit, a contrast medium heater and a connection cable to the manual release. - A support arm with injector head and a control lever for moving the injector head. -A user control console with large touch screen and corresponding additional monitoring display on the injector head. Functions: Pressure limitation: - for 150 ml syringes 689 to 8273 kPa, corresponds to 100 to1200 psi. Flow rates for 150 ml syringes: - 0.1 to 45 ml/s in increments of 0.1 ml/s - 0.1 to 59.9 ml/min in increments of 0.1 ml/min rise/fall: 0 to 9.9 s in increments of 0.1 seconds Release delay for injection or radiation: - 0 to 99.9 s in increments of 0.1 s. Adjustable volume for 150 ml syringes: - 1 ml to the max. syringe capacity in increments of 1 ml. Fill rate: - Variable syringe filling speed 1-20ml/s. Injection protocols: - Up to 40 injection protocols possible. Parameters currently displayed on the touch screen display and on the head display: - Injection speed Injection volume - Remaining volume Injection duration - Applied pressure Injection data memory - Up to 50 injection data items stored Included in the scope of delivery - Injector standard configuration 150 ml - Operator Manual - Service manual (English). Power supply 200 V to 250 V; 50/60 Hz. 1 EA 0008 AS11154936 Arterion interface cable Cios Alpha The interface cable connects the Bayer Medrad Arterion Mark 7 injector to the Siemens Cios Alpha C-arm system. The synchronization from the Cios Alpha system to the Arterion injector is done via this interface.The interface is required with a new Arterion injector as well as with an already installed Arterion injector, to do the synchronization connection of injector to Cios Alpha. Requires injection trigger option on Cios Alpha. 1 EA 0009 IDIA1002603 Aspect ISR G3 Table (US rails) Table movements 4-way manual floating tabletop with panning hand control. Longitudinal tabletop travel: 32""(81.3 cm). Transverse tabletop travel: 8"" (20.3cm). Trendelenburg Tilt: ±12° with automatic ""stop-at-level"" positioning and longitudinal safety lockout when in trendelenburg. Iso-centric lateral roll: ±12° Transverse float is available regardless of tilt or roll position. Dual-wheel caster system with 2-position pedal: Full lock and full unlock for easy transport and positioning Automatic locking of longitudinal float when table is not level Elevation: 31"" - 43"" (84-109cm) without tabletop pad. Elevate and tilt functions are fully motor driven - no hydraulics - lower cost of service and no dangerous oil leaks. Imaging area at full longitudinal extension = 80"" (203cm) with optional headrest attached and 61"" (155 cm) without optional headrest attached. Tabletop construction Carbon fiber, foam core, low x-ray attenuation construction Standard accessories Tabletop Pad 2"" thick, memory foam construction. Panning Hand Control, Rail-Mounted Pendant hand control Patient Restraint Straps (2) Tabletop dimensions Standard tabletop dimensions:19.5""/22""/24"" X 84"" (49.5cm/55.8cm/60.96cm x 213.3 cm). #X100-2492 Weight: Patient weight capacity: 600 lbs. (272 kg) with full table functionality at max. patient weight. Table weight: 605 lbs. (274 kg). Electrical: 115VAC < 10amps, 230V optional. Full operation from internal battery - includes battery status indicator. Battery capacity 14Ah Warranty: 3 years parts, 3 years labor 1 EA The purchase order period of performance: TBD Delivery shall be provided on or before 12/31/2023 or no later than 90 days after receipt of order (ARO). FOB: Destination Place of Performance/Place of Delivery: Salem Veterans Affairs Medical Center Address: 1970 Roanoke Blvd Salem VA Postal Code: 24153 Country: United States Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://vetbiz.va.gov/ as an SDVOSB or VOSB. A Contractor that proposes to provide a supply that is not manufactured by their organization (nonmanufacturer) shall meet the requirements of FAR 19.102(f). Contractors that deem themselves capable of meeting the requirement shall provide the below information to, Contract Specialist Ruth Morris at ruth.morris@va.gov no-later-than Friday, September 08, 2023, at 10:00 A.M. EST, referencing 36C24623Q1325. Responses shall include: (1) Business Name and Address, (2) DUNS and UEI, (3) GSA/FSS/NAC Contract Number, if applicable (4) Point of Contact Name, Phone Number and E-mail Address (5) SAM # and NAICS code (6) Business Size SMALL or LARGE (7) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (8) A concern that is not a manufacturer of the supply shall provide the manufacturers name and size standard and LOA. If the concern is the manufacturer and the sole distributor, please provide documentation to that effect. Contractor must be registered with https://www.sam.gov. To be considered SDVOSB/VOSB, must be registered in VIP http://web.sba.gov/pro-net/ Supplies are to include only a Trade Agreements Act, Free Trade Agreement Act or other covered trades act and Buy America Act compliant items. Items that are not TAA/BAA compliant must be clearly identified by the Contractor should the contractor choose to offer a quote if a RFQ is published. FOB is Destination. Shipping must not exceed $250.00. Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Responses should contain your best terms, conditions. All quotes shall be sent in writing via Email to ruth.morris@va.gov. No telephone inquiries will be accepted. Submission of your response shall be received via Email in Microsoft Office format no later than 10:00 AM (EST) Friday: September 08, 2023. Please include RFQ# 36C24623Q1325 in subject title. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY. Point of Contact Ruth A. Morris Ruth.morris@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec74b6b76bad4dfe96f6e0ca37ff1acf/view)
- Record
- SN06819692-F 20230908/230906230102 (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 |