6525--HS60 4 Port PMRS Ultrasound System and associated Probes *Sources Sought Notice* TN Valley Healthcare System (Alvin C. York)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Tennessee
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Feb 7, 2023
Due: Feb 13, 2023
Solicitation No: 36C24923Q0134
Publication URL: To access bid details, please log in.
Follow
6525--HS60 4 Port PMRS Ultrasound System and associated Probes *Sources Sought Notice* TN Valley Healthcare System (Alvin C. York)
Active
Contract Opportunity
Notice ID
36C24923Q0134
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 06, 2023 04:51 pm CST
  • Original Response Date: Feb 13, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veterans Affairs TN Valley Healthcare System (TVHS) , TN 37129
    USA
Description
Department of Veterans Affairs
Tennessee Valley Healthcare System
Alvin C York VA Medical Center
Sources Sought Notice
HS60 4 Port PMRS Ultrasound System and associated Probes

This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. Network Contracting Office 9 is seeking potential sources for HS60 4 Port PMRS Ultrasound System and associated probes. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
The Department of Veterans Affairs, Network Contracting Office 9, is seeking sources that can provide equipment that meets the following salient characteristics: (An equal brand product will be considered as long as it has the same characteristics as listed below.)

Item
Item Number
Description
Qty
Unit
0001
USS-HS6NB40/UUS
HS60 4 Port Ultrasound System with Battery Assist
1
EA
0002
USP-C03AF5C/WWR
CA3-10A S-Vue single crystal convex transducer/multi-frequency 3-10 MHz/center frequency 5 MHz/radius 45mm
1
EA
0003
USP-LF3EF5A/WWR
 LA3-14AD linear array transducer/multifrequency 3-14MHz/center frequency 7MHz
1
EA
0004
USP-LF41F4B/WWR
LA4-18BD linear array transducer/multifrequency 4-18MHz/center frequency 11 MHz
1
EA
0005
USO-H6DlOO/WWRR
DICOM 3.0 compliant with all Standard PACS Systems and Ultrasound Reporting Systems
1
EA
0006
USO-H6EZOO/WWR
EzExam+ is a workflow tool to enable predefined protocols and/or assign protocols for examinations that are regularly performed to reduce the number of steps during scanning

1
EA
0007
USOUH6NMOO/WWR
Needle Mate+ is software to enhance needle visualization
1
EA
0008
USO-UH7FSOO/W
3 pedal programmable footswitches to streamline user operation
1
EA
0009
USO-UH6GWOO/WR
Gel warmer hardware option
1
EA
0010
USO-TPLNKSWRL LS
TP Link High Gain AC 1900 Wireless Dual Band USB Adapter
1
EA
The information above is intended to be descriptive, and not restrictive, to indicate the quality of equipment that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested source can provide equipment that fulfills the required specifications.
This procurement contract will provide TVHS with one (1) HS60 ultrasound systems and associated probes. This contract will require any vendor site assembly and installation services necessary to facilitate, assemble, install, configure, and implement the new systems. All preparation and planning, labor, travel, and parts required in order to install and implement the equipment shall be included in this procurement contract. This includes, but is not limited to, installation of new systems, initial inspection and configuration of the new ultrasound systems, and installation of any required supportive equipment. This shall also include End-User training for PMRS staff. Also included in this procurement will be 1 seat to Initial Applications Training. A two-year warranty (24 month) will be provided for the ultrasound unit.
Scope: This procurement contract will provide the necessary ultrasound systems and the associated probes needed for PMRS at Tennessee Valley Healthcare System. The Contractor shall provide all products that meet all elements of Section 2. Equipment Requirements and Technical Elements. The Contractor shall meet any provisions noted in Section 3. Specific Tasks and Section 4. Terms and Conditions.
Equipment Requirements and Technical Elements:
Contractor shall provide equipment that meets (or exceeds) the technical requirements below:
The proposed ultrasound system shall be 100-240 VAC (50/60 Hz operating devices (no exceptions).
The ultrasound systems shall support the following operational modes (even if TVHS does not require them at this time):
2D Mode
M Mode
Color M Mode
Anatomical Mode
Color Doppler Mode
Pulsed Wave (PV) Spectral Doppler Mode
Continuous Wave (CW) Doppler Mode
Tissue Doppler Imaging (TDI) Mode
Tissue Doppler Wave (TDW) Mode
Power Doppler (PD) Mode
ElastoScan Mode
3D/4D/XI STIC Imaging Mode
Dual Mode
Quad Mode
Combined Mode
Simultaneous Mode
Zoom Mode
The ultrasound systems shall have the following capabilities and/or meet the following focusing specifications:
Transmit focusing, maximum of eight points (four points simultaneously selectable)
Digital dynamic receives focusing (continuous)
The systems shall be 1344 mm in height, 529 mm in width, and 767 mm in depth with a 21.5 LED display.
There shall be a 512GB SSD included as well.
The ultrasound systems shall have the following technology options:
MultiVisionTM (Linear, Convex)
ClearVisionTM
Biometry AssistTM
Freehand 3DTM
Battery AssistTM
Battery Pack
HQ-Vision TM
EzExam+TM
Fullscreen
Slab3DTM
3D Measurement
Microsoft Windows 10
The systems shall contain 4 active probe ports.
The CA3-10A S-Vue convex probe shall utilize a frequency range of 3-10 MHz designed for Abdominal and OB/GYN imaging.
The LA3-14AD is a linear array transducer and shall operate with a frequency range of 3-14 MHz and a footprint of 50mm designed for vascular imaging, small parts, and musculoskeletal imaging.
The LA4-18BD is a linear array probe and shall utilize a frequency range of 4-18 MHz and a footprint of 37.55 mm designed for superficial imaging.
The ultrasounds shall be DICOM 3.0 Compliant with all Standard PACS systems and ultrasound reporting systems.
This procurement shall also include EzExam+TM which enables you to build or use a predefined protocol and assign protocols for examinations that are regularly performed in the hospital in order to reduce the number of steps that you have to go through.
Needle Mate+ shall be in this procurement. This enhances needle visualization.
The systems shall also come with a 3 pedal programmable footswitch that will streamline user operation.
A gel warmer with the H/W option shall be included in this procurement.
There shall also be a TP Link AC 1900 Wireless Adapter.
Specific Tasks:
The Contractor shall be responsible for installing all Ultrasound systems and associated accessories. The Contractor shall coordinate with PMRS and Biomedical Engineering staff regarding installation schedule.
The Contractor shall provide training to end-users for how to use and setup the newly provided HS60 ultrasound systems.
The Contractor shall also provide training to Biomedical Engineering staff. This shall be held at the NeuroLogica site in Danvers, MA. This shall include tuition, airfare, and lodging (all included at no-charge to VA).
The Contractor is responsible for testing all newly provided HS60 systems to ensure they are functioning properly and safe to be used on patients prior to acceptance of work and equipment by TVHS.
A two-year warranty shall be included. The warranty shall cover all parts and labor that is required. Vendor telephone support shall be free of charge.
The Contractor is responsible for configuring all HS60 ultrasound systems, so they are customized to meet the needs of TVHS end-users.
The offering vendor shall provide documentation regarding cleaning requirements for the proposed HS60 ultrasound systems and associated accessories. A list of approved cleaners shall be provided.
The vendor shall provide the new ultrasound systems and probes as required in the PO within 90 days after receipt of order and ship to TVHS.
The vendor shall also offer a trade-in credit for two GE Logiq S8 ultrasounds that the HS60s are replacing. Vendor shall also remove and dispose of these ultrasounds and their transducers.
Terms and Conditions:
The offering vendor shall provide a listing of all Recalls, Safety Alerts, and Field Engineering Change notices pertaining to all the proposed ultrasound probes over the past 24 months.
Cleaning and disinfecting protocols for the proposed probes shall be provided and demonstrated to staff by the offering vendor. A list of acceptable cleaning and disinfecting chemistries shall be included with the purchase of the proposed ultrasound probes.
The offering vendor shall provide two copies of all service literature for the proposed ultrasound probes.
All work shall be performed in a professional manner by an authorized service representative. If any deficiencies are found due to negligence of the service representative, the contractor shall be required to correct the deficiency to a fully operational status in accordance with manufacturer specifications at no additional cost to the Veterans Affairs (VA).
All correspondence, service reports, and invoicing shall be in English and clearly legible.
The Contractor shall only invoice for the total amount agreed to on this procurement contract. The Contractor shall not conduct any work not included within this SOW/provided by the original pricing of this contract, including but not limited to labor, travel, parts provision, and shipping. If any additional services or equipment is necessary, the Contractor shall contact the Contracting Officer (CO) and Contracting Officer Representative (COR) immediately. The Contractor shall be liable for any work conducted (or equipment provided) outside the scope of this SOW (original order) without approval from the CO.
All work shall be performed in a professional manner by an authorized service representative. If any deficiencies are found due to negligence of the service representative, the Contractor shall be required to correct the deficiency to a fully operational status in accordance with the manufacturer specifications at no additional cost to the Veterans Affairs (VA).
The Contractor shall be able to read, write, speak, and understand English. All contractor representatives shall be sufficiently fluent in the English language to effectively communicate with TVHS representatives.
The Contractor shall present a neat appearance commensurate with that required of a professional. Contractor personnel shall comply with medical treatment facility policies regarding personal appearance and conduct.
Repairs that cannot be performed at the VA site may be performed at the contractor s site provided the POC approves removal of the equipment. The Contractor s representative shall sign a receipt for the equipment. The repaired equipment shall be returned to the original premises withing two (2) working days or the Contractor shall provide and a temporary replacement at no additional cost to the VA.
Safety shall be performed in accordance with NFPA 99, Chapter 7. This regulation can be reviewed in full text at the Biomedical Engineering Section. When required the Contractor s service representative shall comply with the Occupational Safety and Health Administration lockout/tagout standards while performing maintenance on equipment. The VA and the Contractor s service representative shall exchange hazard communication information before the commencement of any repair.
All correspondence, service reports, and invoicing shall be in English and clearly legible.
The use of cellular phones and 2-way radios is expressly forbidden in certain areas of Medical Treatment Facilities and Health Clinics. The contractor shall not use cellular phones or radios in these areas (i.e., direct patient care areas, etc.).
Smoking Policy Enforcement: Smoking is prohibited within Tennessee Valley Healthcare System VA Medical Center and its clinics and within 15 meters of any building.
The Contractor shall only invoice for the total amount agreed to on this procurement contract. The Contractor shall not conduct any work not included within this SOW/provided by the original pricing of this contract, including but not limited to labor, travel, parts provision, and shipping. If any additional services or equipment is necessary, the Contractor shall contact the Contracting Officer (CO) and Contracting Officer Representative (COR) immediately.
Performance Monitoring:
Contact with the vendor will continue after the equipment is purchased and set-up to ensure systems are working correctly. Biomedical Engineering will ensure all hardware is setup correctly and working properly as part of the acceptance process.
Impaired Contractor Personnel: At any time during the performance of this contract, the Contracting Officer, Contracting Officer Representative (COR) or Director of the medical treatment facility may direct the Contractor to immediately remove any contractor employee whose actions or impaired state raises reasonable suspicion that clear and present danger of physical harm exists to a patient, medical treatment facility personnel and equipment or to the impaired individual. This provision shall be used in emergency situations only and not for the purposed of bringing performance issues or other non-urgent concerns to the attention of the contractor.
If you are interested, and can provide equipment that meets or exceeds the specifications listed, please provide the requested information below:

The anticipated North American Industry Classification System (NAICS) code is 334510. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:

[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HUBZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran Owned Small Business (VOSB)
[ ] yes [ ] no - Large Business
[ ] yes [ ] no - Other (please specify)

[ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)?

[ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM?

[ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract?
If so, what is your contract number?_____________________

[ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1?
52.225-1 Buy American-Supplies | Acquisition.GOV

What is the estimated Delivery Date After Receipt of Order (ARO)? _____________

Please include the following information:

Company Name:
POC:
UEI:
Address:
Email:

In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request.

Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.

Please respond to this SSN by February 13, 2022, at 10:00AM CST via email to lara.hampton@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 06, 2023 04:51 pm CSTSources Sought (Original)

Related Document

Feb 22, 2023[Award Notice (Original)] 6525--Samsung HS60 Ultrasound System TVHS-Alvin C. York Campus
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

ITQ# 2024-05 Original Documentation: INSTALL ASPHALT PAVEMENT WALKING PATH Submittals Due by Thursday

City of Johnson City

Bid Due: 7/03/2024

ITB #6755 Original Documentation: ROLL-OFF COLLECTION VEHICLE Submittals due by Thursday / March

City of Johnson City

Bid Due: 7/03/2024

Telecommunications Services Lead Agency: Region 14 Education Service Center ("ESC") Response Due: Thursday,

OMNIA Partners

Bid Due: 4/04/2024

RFP 6730 Original Documentation: Website Redesign for the Johnson City MTPO Submittals due

City of Johnson City

Bid Due: 10/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.