6515--Intent to Sole Source. Brand Name Only - Philips Healthcare FUS9354 X8-2t Transesophageal Echo Transducer This is NOT a request for quotes.

expired opportunity(Expired)
From: Federal Government(Federal)
36C24423Q0697

Basic Details

started - 04 Apr, 2023 (12 months ago)

Start Date

04 Apr, 2023 (12 months ago)
due - 03 Jun, 2023 (10 months ago)

Due Date

03 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
36C24423Q0697

Identifier

36C24423Q0697
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103132)VETERANS AFFAIRS, DEPARTMENT OF (103132)244-NETWORK CONTRACT OFFICE 4 (36C244) (6029)

Attachments (1)

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.

SON FUS9354 X8-2t Transducer TEE Probes by Philips Healthcare 2 STATEMENT OF NEED (SON) MEDICINE SERVICE/ CARDIOLOGY DIVISON DEPARTMENT OF VETERANS AFFAIRS CORPORAL MICHAEL J CRESCENZ VA MEDICAL CENTER 3900 WOODLAND AVE, PHILADELPHIA, PA 19104 GENERAL DESCRIPTION: The Cardiology service of Michael J Crescenz Medical Center is under the Cardiology Division of the Medicine Service line, directed by Dr. Andrew Epstein. The Cardiology Echo Physicians are licensed and credentialed to provide care to patients who are in need of transesophageal echo procedures (TEE). The new Brand Name Only requirement FUS9354 X8-2t Transducer is equipment specific to this request and is manufactured by Philips Healthcare, compatible with the Philips EPIQ 7 Ultrasound. The FUS9354 X8-2t Transducer is the transducer that is compatible with the Philips EPIQ 7 and is used for diagnostic imaging procedures for diagnosing and treating structural heart disease, blood clots and valvular heart disease.
SUPPLIES/SERVICES The FUS9354 X8-2t Transducer is used for diagnostic TEE procedures. The FUS9354 X8-2t Transducer probe is specific to the Michael J Crescenz Medical Center owned echo equipment and this is a Brand Name Only request. SCHEDULE OF ITEMS Item description of QTY/Unit/No. Supplies/Services Item # Description UOM QTY FUS9354 X8-2T Transducer EA 1 DELIVERY Corporal Michael J. Crescenz Veterans Affairs Medical Center Philadelphia 3900 Woodland Avenue Philadelphia, PA 19104 30 Days from time of order. Anything other, please notify us. SALIENT CHARACTERISTICS The Corporal Michael J. Crescenz Veterans Affairs Medical Center (CMC VAMC) Philadelphia require that the system meet the following requirements: Must be compatible with the Philips EPIQ 7 Ultrasound Machine hardware and software Must be enabled with high-resolution imaging in 2D and live 3D Must provide true one-beat acquisition in 3D, Live 3D and color flow imaging Transducer handle with configurable function button to allow functionality while imaging to include acquire, freeze, iSCAN, or Do Nothing. STATEMENT OF NEED (SON) Project Scope The Corporal Michael J. Crescenz Veterans Affairs Medical Center (CMCVAMC) is looking to purchase a new replacement, specifically the FUS9354 X8-2t Transducer to continue to meet the demand for TEE (Transesophageal Echo) procedures without delaying patient care due to probe malfunction and VHA reprocessing standards. One of the Medical Centers existing probes is broken and has been deemed beyond repair. Delivery Location CMCVAMC Philadelphia 3900 Woodland Avenue Philadelphia PA, 19104 Warranty and Support Warranty of the equipment must be provided for a minimum of one year upon receipt, acceptance of equipment. The warranty must cover all manufacture defects and issues unrelated to typical use. Warranty and support should include a 4-hour call back response during normal business hours of 7:30AM- 4:30 PM Monday thru Friday (except holidays). Any service reports sent to all appropriate points of contact. The vendor shall provide all service reports with details of issues found to the clinical service as well as Biomedical Engineering. Repairs or services that are performed during normal working hours should be covered by warranty/contract. A PM should be conducted on the probe prior to warranty expiration. Installation All work shall be coordinated with the department Nurse Manager, site Biomedical Engineering team and the Contracting Officer Representative (COR) and a phasing and work-schedule shall be provided. All work is to be executed as to not interfere or interfere as little as possible with normal functions of the Medical Center and department. The contractor shall keep work, storage, and staging areas clean and neat. Testing The contractor shall verify to Biomedical Engineering and Electrophysiology Staff that the system meets all requirements through demonstration and validation. The contractor shall have no access to VA sensitive information during testing. Work Hours Normal business hours are 7:30 AM to 4:30 PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through Facility Biomedical Engineering. PERIOD OF PERFORMANCE Single procurement. No base or option period of performance. MISCELLANEOUS INFORMATION: Payment Net 30 days. POC INFORMATION: For any additional information contact Jill Neill, Nurse Manager Medicine- Cardiology, 215-823-5800 x203233 or Kaylee Updegrave, Biomedical Engineering 215-823-5800 x203387. Instructions The information identified above is intended to be descriptive, of the Brand Name Only Philips - FUS9354 X8-2t Transducer, 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on April 11, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0697 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov 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. 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.

1010 DELAFIELD ROAD  PITTSBURGH , PA 15215  USALocation

Place Of Performance : 1010 DELAFIELD ROAD PITTSBURGH , PA 15215 USA

Country : United StatesState : Pennsylvania

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies