GE VOLUSON ULTRASOUND MACHINE

expired opportunity(Expired)
From: Federal Government(Federal)
246-21-Q-0104

Basic Details

started - 21 Jul, 2021 (about 2 years ago)

Start Date

21 Jul, 2021 (about 2 years ago)
due - 08 Aug, 2021 (about 2 years ago)

Due Date

08 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
246-21-Q-0104

Identifier

246-21-Q-0104
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26864)INDIAN HEALTH SERVICE (8515)OK CITY AREA INDIAN HEALTH SVC (886)
[object Object]

SetAside

BICiv(Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ).  Submit only written quotes for Carestream revolution. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.  This solicitation is a Buy Indian Set Aside.  The associated NAICS code is 334510 with a size standard of 1,250 employees.This RFQ contains two (2) Line Item:CLINDESCRIPTIONQTYUNITUnit Price TOTAL0001GE VOLUSON ULTRASOUND MACHINE1EA0002Trade in of AcusonSequoia and LOGIQ 51LOTPERIOD OF PERFORMANCE: 45 Days AROVendor Requirements:           Submit Quotes no later
than: 08/04/2021 @ 10:00 am CST  to the Following Point of Contact: Sean Long  Email: sean.long@ihs.gov Questions and Answers: N/AEvaluation:  FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Lowest Price Technically AcceptableTo be considered technically acceptable you must meet or exceed the specifications listed in statement of work and SHALL BE COMPATIBILE WITH CARESTREAM PACS SYSTEM.VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED.This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.  Terms and conditions other than those stated will not be accepted.  The above pricing is all inclusive. PROVISIONS:  The following FAR provisions apply to this solicitation:FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).CLAUSES:  The following FAR clauses apply to this solicitation:FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited):  FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;  52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;  FAR 52.225-1, Buy American Act--Supplies;  FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment.  The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.Miscellaneous:NO FAX QUOTATIONSELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov) Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017.  NO late quotes will be accepted.All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.  Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.  Failure to provide sufficient technical detail may result in rejection of your quote.For additional information, please contact the Contracting Officer, Sean Long sean.long@ihs.gov or (918) 342-6509.SPECIFICATIONSGE Voluson E10 BT211.         General Requirements1.1       Description of Requirements           Claremore Indian Hospital (CIH) Radiology Department seeks to procure a GE Voluson E10 General Ultrasound machine to perform Obstetrics, Gynecology, Abdomen, Cardiac, Small Parts and Vascular exams. The GE Voluson E10 ultrasound machine has interchangeable transducers that can be used with our Current GE Vivid E9 Ultrasound machine.  This will enhance patient work-flow and allow for surplus probes in the event of malfunction.1.2       Delivery Location            Claremore Indian Hospital            Radiology            101 S. Moore            Claremore, OK 740171.3       Specificationsa.  Voluson E10 BT21• High Resolution 22” OLED Monitor• Radiance System Architecture• Radiantflow• SlowflowHD and Slowflow3D• HDlive* Technology• Advanced VCI with OmniView• Uterine Trace• Advanced STIC & eSTIC• Advanced Fetal Echo• fetalHQ• Scan Assistant• Automation Technology with SonoCNS, SonoBiometry,SonoNT, SonoIT• XDclear Probes• Volume Matrix Technology• High Frequency Transvaginal Imaging• Electronic 4D Technology• 3D Printing Capabilities     User InterfaceOperator KeyboradFloating Keyboard:• Rotation: adjustable +/- 38° from center• Height adjustable + 195 mm (7.9”)Full-sized, backlit alphanumeric keyboardErgonomic hard key layoutInteractive backlightingIntegrated recording keys for remote control of up to 6peripherals or DICOM® devices, one dedicated DVD recordingkey.Touch Screen12.1” high resolution color LCD screenMulti touch interactive dynamic software menuBrightness adjustablexTouch capable, supporting Volume rotation, MagiCut, HDlive light source manipulation and OmniViewCapable to display 2D/3D/4D Ultrasound Images in real timeMonitor22” OLED DisplayResolution Full HD 1920 x 1080 pixelDisplay brightness up to 300 cd/m² (OLED: 205 cd/m²)Tilt/Rotate Adjustable MonitorTilt angle: min. +30°/-75°Horizontal rotate angle: +/- 90°Digital brightness and contrast adjustment. Five default settings available: Extra Dark, Dark-, Semi Dark-, Light-, Extra Light Room, each for higher and lower color temperatureSystem OverviewExam TypesAbdominalObstetrical and Fetal EchoGynecologicalSmall Parts and BreastVascularPediatricsTransrectalCardiologyCephalicMusculoskeletal (MSK)Operating ModesBrightness Mode (B-Mode) (2D)Bi-Plane Mode, including steering of orthogonal planeMotion Mode – M-Mode (conventional M-Mode)Anatomical M-Mode (AMM)Pulsed Wave Doppler (PW) with automatic HPRFContinuous Wave Doppler imaging (CW)Color Flow Doppler mode (CFM)Power Doppler Mode (PD)High Definition Power Doppler (HD-Flow*)SlowflowHD & Slowflow3DTissue Doppler Mode (TD) and PW-Tissue Doppler ModeB-Flow* (BF)Compression ElastographyCombination modes: M/CFM, M/HD-Flow, M/TD, PW/CFM, PW/HD-Flow, PW/PD, PW/TDExtended View (XTD View)Volume Mode (3D/4D):3D Static4D Real TimeVCI-AVCI-OmniViewSpatio-Temporal Image Correlation (STIC) & eSTIC4D BiopsyPrivacy and Security FunctionalityHard disc AES Encryption with 256-bit lengthWhitelistingEncrypted DICOM Communication Capability (TLS)Encryption and Data Anonymization Export CapabilityAll ports, services and shared resources that are not required for the intended use are disabledOperating System Access disabledDeactivation of USB ports possibleSystem Standard FeaturesInnovative user interface with high resolution 12.1” LCD touchpanelB-ModeM-ModePW-DopplerCFM (Color Flow Doppler Mode)Automatic Optimization (B-Mode, PW Doppler)Auto TGCAutoScale (PW Doppler and Color Doppler PRF)Coded Harmonic Imaging with Pulse Inversion Technology, operating on multiple frequencies, with user selectable on/off buttonCoded Excitation (CE)HD-Flow & Power Doppler ModeRadiantflow & SlowflowHD & Slowflow3DB-FlowTissue Doppler and PW-Tissue DopplerXTDSRI II (Speckle Reduction Imaging)HDlive Silhouette, HDlive StudioHDlive Flow, HDlive Flow SilhouetteCrossXBeamCRI* (Compound Resolution Imaging)SonoBiometry (HC, BPD, AC, FL, HL, SonoNT & SonoIT)SonoCNSSonoRenderliveScan Assistant: Includes measurements, annotations and fetal anatomy and gynecology worksheet entries. Performs predefined mode changes, preset selection and screen layout changes.  Supports display of user selected reference images.  Standardize image sequence upon DICOM transferDICOM 3.0 ConnectivityFocus and Frequency Composite (FFC)HD Zoom & Pan ZoomSteeringVirtual Convex (Trapezoid Image, also with CrossXBeam (CRI)Wide SectorBeta-ViewHistogram Analysis with up to 3 user adjustable ROIs with comparative analysis on complex curvesPatient information databaseImage Archive on hard drive3D/4D data compression (lossy/lossless)Inversion ModeReal-time automatic Doppler calculationsMultigestational CalculationsIntegrated uplink for Cloud-based data storage (TricefyTM)GYN IOTA LR2, Simple Rules and ADNEX ModelGYN IETA Protocol & ReportGYN IDEA Protocol & Scan Assistant GuidelineAdvanced 4DV-SRISteerable CW ModeAnatomical M-Mode (AMM) with up to 2 cursersAdvanced Security FeaturesPremium Security Features: Standard on Government system configurationVoluson Remote UpdatesAdvanced STIC:Basic STICSTIC M-ModeSTIC-Flow• SonoVCADheartCine FeaturesProspective or Retrospective Cine ModeDual/Quad image CINE DisplayCINE Gauge and CINE image number displayCINE Review LoopSelectable CINE Sequence for CINE Review (by Start Frame and End Frame)Side Change in dual CINE ModeMeasurements /Calculations & Annotations on CINE Length:2D: 512MB: up to 10 min (depending on B-image size and FPS); typical: about 3 min/4000 images (with curved array: 15cm depth, angle 81°, 22 FPS)M-Mode: 32MB: up to 1 min motion time (depending on sweep and depth)PW/CW-Mode: 32MB: up to 1 min motion time (depending on sweep speed)Cine operation: Manual: image by image, Auto run: speed: 25 to 200% of real-time rate play repeat mode: forward-forward, forward-backward-forwardb.  9L-D Linear Array ProbeWideband Linear Array Probe. Applications vary depending on the ultrasound system and may include Vascular, Small Parts, Pediatric, and Abdominal. Datasheets for specific ultrasound systems contain additional details including specific applications, biopsy availability, and additional probe technical specifications.c.  ML6-15-D Matrix Linear Array ProbeWideband Matrix Linear Array Probe. Applications vary depending on the ultrasound system and may include Small Parts, Vascular, Pediatrics, Neonatal, Breast, Thyroid, and Scrotal. Datasheets for specific ultrasound systems contain additional details including specific applications, biopsy availability, and additional probe technical specifications.   d.  C1-6-D XDclear* Convex Array ProbeConvex Array probe with GE's highest performing XDclear* transducer technology, an innovative combination of advanced materials and acoustic design providing ultra-wide bandwidth and superb image quality. Applications vary depending on the ultrasound system and may include Abdominal, OB/GYN, Urology, and Vascular. Datasheets for specific ultrasound systems contain additional details including specific applications, biopsy availability, and additional probe technical specifications. *Trademark of General Electric Company    e.  RAB6-D Ultralight Real Time 4D Convex Array ProbeUltralight, Wideband Real Time 4D Convex Array Probe. Applications vary depending on the ultrasound system and may include Abdominal, OB/GYN, and Pediatric. Datasheets for specific ultrasound systems contain additional details including specific applications, biopsy availability, and additional probe technical specifications.  f.  RIC5-9-D Real Time 4D Microconvex ProbeWideband Real Time 4D Microconvex Array Intercavity Probe. Applications vary depending on the ultrasound system and may include OB/GYN, and Urology . Datasheets for specific ultrasound systems contain additional details including specific applications, biopsy availability, and additional probe technical specifications.g.  Advanced Volume Contrast Imaging (VCI) with OmniViewVCI is a volume acquisition technique that helps provide contrast enhancement and speckle suppression in the 2D ultrasound image. Specifically, VCI utilizes GE's Real Time 4D transducers to automatically scan multiple adjacent slices resulting in a thin surface rendered image of a solid organ. Advanced VCI with OmniView helps improve the contrast resolution and visualization of the rendered anatomy in an image plane, even with as irregularly shaped structure.  h.  ECG Digital Modulei.   B/W Printer UP-D898DC USA KitB/W Digital Printer with Paperj.  TrainingThree days of on-site applications training. Training must be completed within six (6) months after Product delivery, otherwise GE Healthcare's obligation to provide the training will expire without refund. Customer workflow permitting and abiding by SDMS criteria, sonographer install CE’s may be provided during install training. Included, as part of purchase, are 3 memberships to Voluson Club. Registration required for Voluson Club membership.1.4       Contractor Furnished Property, Facilities and Services a. The Indian Health Service requires the contractor to provide all tools, parts and     labor for this contract.   b. Trade-in required for AcusonSequoia and LOGIQ 5 to include the Voluson EDGE Discount of $10,000.c. Installation, set-up and training of GE Voluson E10 unit will be completed by GE certified service engineer.  Contractor will ensure the unit’s communication and compatibility with Carestream PACS system.d.  One year warranty and service coverage, to include remote service and support, will be included with purchase of GE Voluson E10.1.5       Technical Points of Contact                       Stephanie McAlvainRadiology Supervisor            Phone (918)342-6207E-mail stephanie.mcalvain@ihs.gov1.6       Invoicing           Invoices shall include the following information:            a.  Contractor Name, Address and Phone Number            b.  Date of Invoice            c.  Unique Invoice Number            d.  Basic Contract Number as shown on the OF347 award document            e.  Modification Number (if applicable)            f.  Title of Invoice            g.  Description of Work relating to Invoice            h.  Invoice AmountAn original invoice shall be submitted upon completion of services to:                        Oklahoma City Area Indian Health Service                        Office of Financial Management                        Attn: Denise Karr                        701 Market Drive                        Oklahoma City, OK 73114            With a courtesy copy to:Claremore Indian Hospital                        Attn: Stephanie McAlvain                        101 S. Moore                        Claremore, OK 74017                        Phone 918-342-6207                        Email: stephanie.mcalvain@ihs.gov1.7       Contact with Indian ChildrenIndividuals providing services which involve regular contact with, or control over, Indian children, are subject to a character investigation.  IHS personnel offices will conduct these investigations following award of non-personal services contract unless in the judgment of the Contracting Officer, in consultation with the personnel Officer, investigation may be waived based on prior investigation on file.  Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian children.

Claremore ,
 OK  74017  USALocation

Place Of Performance : N/A

Country : United StatesState : OklahomaCity : Valley Park

You may also like

GE HEALTHCARE MAC VU360 EKG SYSTEM

Due: 20 May, 2024 (in 26 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

GE ANESTHESIA MAINTENANCE

Due: 31 Mar, 2026 (in 23 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

GE MRI SYSTEM MAINTENANCE

Due: 09 Dec, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334510Electromedical and Electrotherapeutic Apparatus Manufacturing
pscCode 6525X-Ray Equipment and Supplies: Medical, Dental, Veterinary