SOURCES SOUGHT
65 -- FUJI FILM SONOSITE
- Notice Date
- 2/12/2024 1:28:00 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0354
- Response Due
- 2/19/2024 3:00:00 PM
- Archive Date
- 03/05/2024
- Point of Contact
- Matt Lee, Contracting Specialist, Phone: 210-694-6337
- E-Mail Address
-
matthew.lee5@va.gov
(matthew.lee5@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs Audie L. Murphy VA Hospital Veterans Medical Center Nursing Service in San Antonio, Texas intends to award a brand name or equal contract award for the purchase of FUJI FILM SONOSITE. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 334510 with a size standard of 1,250 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 7.00 EA Sonosite ST Ultrasound System Sonosite ST point-of-care ultrasound system has been engineered to enhance procedural efficiencies. It's advanced image clarity featured in a 21"" all-touchscreen portrait display allows you to see the image clearly. This helps clinicians achieve a high level of confidence for diagnosis and procedures. The intuitive user interface provides information at your fingertips. In addition, Sonosite ST is engineered to get you close to the bedside, take up minimal floor space and adjust to the needs of the patient and procedure by putting all the tools in the right places. Sonosite ST includes a comprehensive set of imaging modes, measurement calculation packages and workflow features. These include: - 2D (B-Mode) imaging with SonoMB Multi Beam Technology improves contrast resolution; tissue differentiation of small structures and enhances border delineation - Color Velocity and Power Doppler imaging provides highly sensitive, simultaneous blood flow analysis on all transducers during a clinical procedure. - M-Mode with timing sensitivity in order to evaluate fast moving objects - Auto Gain with SonoADAPT Tissue Optimization Technology provides on demand adaptive manipulation of multiple imaging parameters to reduce manual time consuming system adjustments - Tissue Harmonic Imaging (THI) along with our speckle reduction technology significantly reduces speckle noise while enhancing tissue margins, thereby improving contrast and structural resolution - Optional Auto Steep Needle Profiling enhances needle visualization with a single touch while maintaining image quality of the target and surrounding anatomy - Full DICOM Package providing the capability to interface with your PACS network with the complete offering of Secure DICOM capabilities for storage, worklist, storage commit, MPPS, and both Basic and Comprehensive Structured Reporting - 2.4 and 5GHz Wireless capabilities for transmission of images and exam information - Onboard worksheets for Acute Care (ACEP 2018) and Procedures including: Aorta, Appendix, Bladder, Cardiac, Deep Vein Thrombosis (DVT), eFAST, FAST, Gallbladder, Generic, Gynecology, Musculoskeletal, Obstetrics 2/3 Trimester, Obstetrics 2/3 Trimester Multiple, Obstetrics, Ocular, Renal, Soft Tissue, Thoracic, Abscess Drainage, Arterial Line, Arthrocentesis, Central Venous Line, Paracentesis, Pericardiocentesis, Peripheral Venous Line, Peritonsillar Abscess Drainage - Customizable worksheets are available with Sonosite Synchronicity workflow manager integration - Enhanced security features to protect ePHI both in transit and at rest with complex password rules support, FIPS 140-2 validated encryption algorithms, user and role based authentication and LDAP support. Sonosite ST also include the stand and stand battery. The Sonosite ST stand design is ideally suited for ultrasound-guided procedures. You'll always have access to the right transducer at the right time, with its integrated duel transducer connect. Included with the Sonosite ST stand is a built-in battery to extending the time between charges; a cable management system for containment of transducer cables; storage solutions for gel and disinfectants and the ability to raise and lower the stand head from multiple positions. The reliability and durability of Sonosite ST are backed by our industryleading 5-year warranty, giving you peace of mind from knowing you'll receive dedicated support from the global leader in point-of-care ultrasound. LOCAL STOCK NUMBER: L31500 0002 7.00 EA LARGE BASKET Large basket sets include four larger baskets and one front gel holder. These sets are designed to hold a larger volume of supplies and accessories for more extensive or prolonged procedures. The four larger baskets can be used to store additional ultrasound probes, transducers, or other accessories, while the front gel holder provides easy access to ultrasound gel during procedures. Large basket sets are useful for organizing and keeping important accessories close at hand during point of care ultrasound procedures. They can help improve efficiency and reduce the risk of contamination by keeping supplies organized and easily accessible. LOCAL STOCK NUMBER: L31988 0003 7.00 EA STEEP NEEDLE PROFILING, SONOSITE ST Proprietary software that enhances the system's ability to aid needle visualization. Ultrasound waves are periodically directed towards the needle to enhance visualization, without compromising image quality of the 2D image. LOCAL STOCK NUMBER: P31199 0004 7.00 EA TRANSDUCER, L19-5 The L19-5 transducer is a 19-5 MHz multi-frequency, broadband, linear transducer with a maximum scan depth of 6 cm. Exam types supported by the L19-5 are Arterial, Lung, , Musculoskeletal, Nerve, Ophthalmic, Superficial, and Venous. LOCAL STOCK NUMBER: L23972 0005 7.00 EA SONOSITE ST SERVICE MANUAL LOCAL STOCK NUMBER: P27929 0006 100.00 HR SONOSITE INSTITUTE FOR POINT OF CARE ULTRASOUND. Exclusive access to over 100 hours of education including courses, videos, webinars, quizzes, certificates and additional resources. Accessible via desktop, tablet or phone. Statement of Work (SOW) Introduction The Audie L. Murphy (ALM) VA hospital has a requirement to purchase an ultrasound system with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. See FAR Clause 52.211-6 Brand Name or Equal (AUG 1999) for additional information. See attachments for salient characteristics. This requirement is in support of the activation at ALM. Item(s) are to be delivered to the location specified in section 2.4.1. Table 1 Package Items Summary Item Number Item Description Quantity L31500 Sonosite ST Ultrasound System point-of-care ultrasound system has been engineered to enhance procedural efficiencies 7 EA L31988 Large Basket 7 EA P31199 Steep Needle Profiling, Sonosite ST 7 EA L23972 Transducer, L19-5 7 EA P27929 Sonosite ST Service Manual 7 EA N/A SONOSITE INSTITUTE FOR POINT OF CARE ULTRASOUND. Exclusive access to over 100 hours of education including courses, videos, webinars, quizzes, certificates and additional resources. Accessible via desktop, tablet or phone. 100 HR General Conditions Site Address The address of the South Texas VAMC is listed below. Additional information on delivery is located in section 2.4. Audie L. Murphy VAMC 7400 Merton Minter San Antonio, TX 78229 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date STX VAMC ALM 671 ALM 15 Jun 2024 1 Jul 2024 Schedule and Order Management The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 30+ days due to construction delays. The awardees actual delivery dates will be confirmed by VA upon award. Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics POC TBD prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. STX Audie L. Murphy (ALM) VAMC (Direct Delivery to address detailed in paragraph 2.1.1) Delivery shall be freight on board (FOB) Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Deliverables The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. Assembly and Installation [ is is not required] The vendor is required to manage and coordinate installation at the STX ALM VAMC with the VA POC. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and ALM VAMC. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training [ is is not required] Standard Warranty The products shall be covered by vendor s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty. The warranty period set forth therein shall run for one year following the first day of use at ALM VAMC; The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor; The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION: The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services in the application of complex adaptive system theory to health care organizations. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. The certification and accreditation requirements do not apply to this procurement nor is a security accreditation package required. PRIVACY OFFICER: The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage device will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. RECORDS MANAGER: There will be no federal records created, maintained, used or disposition with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8f51ccd19944717a23969821706e29e/view)
- Place of Performance
- Address: Audie L. Murphy VA Hospital 7400 Merton Minter Attn: Warehouse, San Antonio, TX 78229, USA
- Zip Code: 78229
- Country: USA
- Zip Code: 78229
- Record
- SN06963615-F 20240214/240212230051 (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 |