6515--Ultrasound Scope RFI

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: District of Columbia
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Mar 28, 2024
Due: Apr 4, 2024
Solicitation No: 36C24524Q0400
Publication URL: To access bid details, please log in.
Follow
6515--Ultrasound Scope RFI
Active
Contract Opportunity
Notice ID
36C24524Q0400
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 01:40 pm EDT
  • Original Response Date: Apr 04, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Washington DC VAMC Washington , DC 20422
    USA
Description
Responses must be received no later than Thursday, April 4,2024, at 10:00AM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide GR-UCT Ultrasound Scope or equal for the Washington DC VAMC.

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

GF-UCT180 Curvilinear EUS scope, 3.7 mm
LOCAL STOCK NUMBER: GF-UCT180
0002

1.00
EA
__________________
__________________

DETACHABLE CABLE FOR EUS&EBUS SCOPES
LOCAL STOCK NUMBER: MAJ-2056
0003

40.00
EA
__________________
__________________

Air/water channel cleaning adapter for EVIS
LOCAL STOCK NUMBER: MH-948


GRAND TOTAL
__________________

STATEMENT OF WORK (SOW)

Title. Olympus Ultrasound Scope

Background.
DC VA Medical Center has a requirement to upgrade/replace the existing Olympus Ultrasound Scope. The current ultrasound scope model is the GF-UCF140, it was purchased in 2005, was deemed at end of life in 2015, has reached end of life and can t be repaired anymore. This model is no longer manufactured. The direct replacement is the GF UCT180 Curvilinear EUS scope. Only the Ultrasound scope and its specific cable and adapter are being replaced and they must fully integrate with the existing OLYMPUS SSD-ALPHA5 console.
Scope of Work. The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to its fullest capacity. All items must be covered by a manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document their ability to provide items through manufacturer-approved distribution channels upon request.

Specifications.
4.1 Equipment

Line Item Description
Quantity
GF-UCT180 Curvilinear EUS scope, 3.7 mm
1
DETACHABLE CABLE FOR EUS&EBUS SCOPES
1
Air/water channel cleaning adapter for EVIS
160/140/240/OES-40
40


4.2 Required Features.
Ultrasound scanning range: 180 degrees
Channel Diameter: 3.7 mm
Working Length: 125 cm
Field of View: 100 degrees
Direction of View: 55 degrees (forward oblique)
Depth of Field: 3 - 100 mm
Outer Diameter Insertion Tube: 12.6 mm
Max Angulation Up: 130 degrees
Max Angulation Down: 90 degrees
Max Angulation Right: 90 degrees
Max Angulation Left: 90 degrees
Compatibility: OLYMPUS SSD-ALPHA5 Console

Specific Tasks.
5.1 Delivery.
All equipment shall be delivered to:
Washington DC VA Medical Center
50 Irving St NW
Washington, DC 20422
ATTN: VHAWAS Equipment Committee

Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.
The contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information.
Contractor shall verify delivery date and time with the on-site POC at least 3 business days before scheduled delivery.
Delivery is required within 90 days from the award of the contract.

5.2 On Site Procedures.
COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines.
Mask Requirement: All contractors shall wear masks while indoors.
Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials.
Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work.
On site visits shall be scheduled in advance with the designated on-site POC.
Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas.
Contractor personnel s tool bags are subject to inspection.

5.3 Installation/Implementation.
Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system.
Installation shall be completed within the period of performance.
Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site.
Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use. (include for medical equipment only)
In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment).
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.

5.4 Training.
Contractor shall be responsible for providing training to clinical staff/users.
Training is to be scheduled in advance with the designated on-site POC.
Education shall be provided prior to and/or at time of installation.
Education professional shall be certified to provide instruction on the designated equipment/system.
Education curriculum must include operations and set-up, user maintenance, safety, and user troubleshooting tips.

5.5 Inspection and Acceptance.
Contractor shall conduct a joint inspection with the on-site POC upon completion of installation.
In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer.

5.6 Deliverables.
The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion:
Service report.
Warranty information.
Electronic copy of the Operators Manual.
Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists.

Hours of Operation.
DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays:
New Year s Day
Labor Day
Martin Luther King s Birthday
Columbus Day
President s Day
Veteran s Day
Memorial Day
Thanksgiving Day
Juneteenth
Christmas Day
Independence Day
Any other national holiday as declared by the President of the United States
Period of Performance.

Delivery within 90 days from contract award.
Contract Type.

Firm-Fixed Priced Contract

Evaluation Factors.

Price

--------------------------------------------------------------------------------------------------------------------
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, April 4, 2024, at 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 28, 2024 01:40 pm EDTSources 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

...Follow Validation Software Active Contract Opportunity Notice ID 273FCC24SSNSLN240001 Related... Service Code: NAICS ...

FEDERAL COMMUNICATIONS COMMISSION

Bid Due: 5/18/2024

...Follow Keysight Pathway Genesys Software Active Contract Opportunity Notice ID N00173-24-Q... SOFTWARE AS ...

DEPT OF DEFENSE

Bid Due: 5/01/2024

...Follow Oracle Software Support Licenses Active Contract Opportunity Notice ID W9124J-24-Q-ORAC... Service Code: ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...Chamber Controller Software Upgrades Active Contract Opportunity Notice ID N00173-24-Q-1301144910... Research Laboratory (NRL), ...

Federal Agency

Bid Due: 4/29/2024

* 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.