6525--FUJIFILM SONOSITE ULTRASOUND SYSTEM

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Texas
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Apr 22, 2024
Due: Apr 24, 2024
Solicitation No: 36C25724Q0561
Publication URL: To access bid details, please log in.
Follow
6525--FUJIFILM SONOSITE ULTRASOUND SYSTEM
Active
Contract Opportunity
Notice ID
36C25724Q0561
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 22, 2024 12:41 pm CDT
  • Original Response Date: Apr 24, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    South Texas VA Medical Center Audie L. Murphy VA Medical Center San Antonio , TX 78229
    USA
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 South Texas VA Medical Center in San Antonio, Texas intends to award a sole source contract award for the purchase of a FujiFilm Sonosite Ultrasound System Contract. 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.

***Brand-name OR Equal. *** Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

Please see Statement of Work, Salient Characteristics, and Line Item Information listed below:
STATEMENT OF WORK

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
4
L31988
Large Basket
4
P31199
Steep Needle Profiling, Sonosite ST
4
L23972
  Transducer, L19-5
4
P27929
 Sonosite ST Service Manual
4
L28623
Sonosite PowerPark
2



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 Kirk Mitchell (primary), 210-617-5300 x14404 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.].


SALIENT CHARACTERISTICS
Purchase Descriptions.

The purchase description should identify the requirement in terms that enable contractors to offer commercial supplies or services. The description should not be restrictive and not be limited to one product peculiar to a manufacturer (e.g., by manufacturer, brand name and Part Number) unless it is essential to the Government s minimum requirement.

A purchase description should include the following characteristics based on the requirement to adequately describe the Government s needs:

(Please fill in the blocks provided with the information that is requested. If not applicable, then so state)

a.
Common Nomenclature (commercial description):
Sonosite ST Ultrasound System
b.
Kind of material (i.e., type, grade, alternatives, etc.):

c.
Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.):
System operates via battery or AC power
Rechargeable lithium-ion battery
AC: universal power adapter, 100-240 VAC,50/60 Hz input, 15 VDC output
d.
Dimensions, size, capacity:
Stand Footprint (width x length): 23 inches x 25.4inches (58.4cm x 64.5cm)
Height Maximum: 68 inches (172.6 cm) clinical monitor up
Height Minimum: 53.75 inches (136.5 cm) clinical monitor down in transport position
Height Adjustment: 9.8 inches (25 cm) travel
Weight: 109.3 lbs. / 49.6 kg
Casters: 4-inch Swivel, 4 Locking
User Interface: Touch Screen on Clinical Monitor
Clinical Monitor Tilt: 0 60 degrees (0 degrees tilting forward from vertical, 60 degrees
tilting back from vertical)
Clinical Monitor: 21.3 inches (54.1 cm) Projected Capacitive (PCAP) Touch Screen
Clinical Monitor Image Size: 10.03 inches x 7.53 inches (25.49 cm x 19.12 cm)
Clinical Monitor Display Size: 17.01 inches x 12.76 inches (43.2 cm x 32.4 cm)

e.
Principles of operation:
- 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
f.
Restrictive environmental conditions:
N/A
g.
Intended use:
Ultrasound imaging needs of patient
h.
Equipment with which the item is used with
(N/A if not applicable):
Transducers
i.
End item application:

j.
Original equipment manufacturer part number:
L31500
k.
Other pertinent information that describes the item, material or service required:
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

4.00
EA
$0.00
$0.00

SONOSITE ST ULTRASOUND SYSTEM
LOCAL STOCK NUMBER: L31500

0002

4.00
EA
$0.00
$0.00

LARGE BASKET
LOCAL STOCK NUMBER: L31988

0003

4.00
EA
$0.00
$0.00

STEEP NEEDLE PROFILING, SONOSITE ST.
LOCAL STOCK NUMBER: P31199

0004

4.00
EA
$0.00
$0.00

TANSDUCER, L19-5
LOCAL STOCK NUMBER: L23972

0005

2.00
EA
$0.00
$0.00

SONOSITE POWERPARK
LOCAL STOCK NUMBER: L28623

0006

1.00
EA
$0.00
$0.00

SONOSITE ST SERVICE MANUAL
LOCAL STOCK NUMBER: P27929



GRAND TOTAL
$0.00
Attachments/Links
Contact Information
Contracting Office Address
  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 22, 2024 12:41 pm CDTSources Sought (Original)
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

Open Enrollment for Orientation and Mobility Services Solicitation ID: 3202300136 | Due Date:

State Government of Texas

Bid Due: 6/30/2025

Follow FCI Texarkana - Subsistence - 4th Quarter FY2023 Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/29/2024

Follow FCI Texarkana - Subsistence - 4th Quarter FY2023 Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/29/2024

Bid Number Bid Title Addenda Closing Date Closing Time 2122-002-2026-B Online Only Sports

Eagle Mountain-Saginaw Independent School District (EMS ISD)

Bid Due: 11/30/2024

* 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.