Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOLICITATION NOTICE

65 -- USU has a requirement for one (1) Ultrasound System, to include four (4) optional one (1) year option periods for maintenance. - RFQ- Ultrasound Machine

Notice Date
5/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-16-Q-0617
 
Archive Date
6/15/2016
 
Point of Contact
Nicole Rodenbaugh, Phone: 301-295-3127
 
E-Mail Address
nicole.rodenbaugh.ctr@usuhs.edu
(nicole.rodenbaugh.ctr@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Provision 252.225-7035 Provision 252.209-7991 Provision 52.209-2 Provisions and Clauses RFQ- Ultrasound Machine The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for one (1) Ultrasound System, to include four (4) optional one (1) year option periods for maintenance. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-87-2 (April 6, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (May 10, 2016). This requirement is set-aside for small business concerns under NAICS code 339112 Surgical and Medical Instrument Manufacturing with a size standard of 500 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. This requirement is subject to the non-manufacturer rule. Offerors responding to this requirement must provide quotes for one (1) Ultrasound System manufactured by small business concerns. Any offeror submitting a quote for one (1) Ultrasound System by a company other than themselves, must provide the name of the manufacturer. The manufacturer's socio-economic status will be verified in SAM.gov. Required Specifications: Offerors responding to this RFQ, must submit a quote for one (1) Ultrasound System meeting the following required specifications. Required Specifications: •Capable of operating in B Mode, M-Mode, Color Doppler, Color Power Doppler (CPD), Pulsed Wave and Continuous Wave modes •Supports transducers with linear, phased array and curved array formats as well as endocavity probes •High definition monitor of at least 19" diagonally •Capacitive touch screen •Needle visualization software that maintains image quality of the target and surrounding anatomy while enhancing the needle •Autogain to avoid needing to adjust focal length for ease of use •Software that reduces speckle noise and image artifacts while enhancing tissue margins •Software that automatically manipulates image for optimization •Steep needle profiling •Probes drop test durable up to 1 meter •At least 64GB internal storage •Embedded digital video recorder •Image transfer capability to a Windows PC computer via a standard Ethernet cable and applicable software, to a PACS system via DICOM, or via a USB mass storage removable media device •Image format of JPEG, AVI, BMP, mp4 •Searchable help tutorials embedded in the machine for use while simultaneously performing live scans; must have imaging basics, acute care, procedures, musculoskeletal •Ability to replace hardware within 1 day (indicate lead time on replacements if time exceeds one day) Desired Specifications: The following specifications are desired and not required. Offerors responding to this requirement are not required to quote an Ultrasound System meeting all the desired specifications listed below; however quotes meeting or exceeding more of the desired specifications, may be considered more desirable by the Government. Desired Specifications: •System boot up: <30 seconds (if your system takes longer to boot up, please indicate how long) •Software that enhances contrast and tissue differentiation of small structures •Support up to three focal zones to improve resolution uniformity •Pulse inversion tissue harmonic imaging •Thumbnail review of saved images and clips •Both prospective and retrospective clip store •DVR continuous recording time •Multi (at least 4) USB ports •HIPAA compliance capability Evaluation The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): •Technical - Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate how the quoted item meets the required specifications and the desired specifications quoted. Information on warranty, installation, training and delivery lead-time must be included in the quote submission and will be evaluated. The government reserves the right to utilize technical (i.e, trade magazines) and customer reviews/references, if needed, as part of the technical evaluation for the quoted equipment/supply. In addition to providing product literature, offerors must also submit the completed table below with their quote submission*: QUOTED SPECIFICATION - COMPLETED BY OFFERORPAGE # SPECIFICATION ADDRESSED IN PRODUCT LITERATURE - COMPLETED BY OFFEROR REQUIRED SPECIFICATION Capable of operating in B Mode, M-Mode, Color Doppler, Color Power Doppler (CPD), Pulsed Wave and Continuous Wave modes Supports transducers with linear, phased array and curved array formats as well as endocavity probes High definition monitor of at least 19" diagonally Capacitive touch screen Needle visualization software that maintains image quality of the target and surrounding anatomy while enhancing the needle Autogain to avoid needing to adjust focal length for ease of use Software that reduces speckle noise and image artifacts while enhancing tissue margins Software that automatically manipulates image for optimization Steep needle profiling Probes drop test durable up to 1 meter At least 64GB internal storage Embedded digital video recorder Image transfer capability to a Windows PC computer via a standard Ethernet cable and applicable software, to a PACS system via DICOM, or via a USB mass storage removable media device Image format of JPEG, AVI, BMP, mp4 Searchable help tutorials embedded in the machine for use while simultaneously performing live scans; must have imaging basics, acute care, procedures, musculoskeletal Ability to replace hardware within 1 day (indicate lead time on replacements if time exceeds one day) DESIRED SPECIFICATIONS System boot up: <30 seconds (if your system takes longer to boot up, please indicate how long) Software that enhances contrast and tissue differentiation of small structures Support up to three focal zones to improve resolution uniformity Pulse inversion tissue harmonic imaging Thumbnail review of saved images and clips Both prospective and retrospective clip store DVR continuous recording time Multi (at least 4) USB ports HIPAA compliance capability Warranty Period Firm-fixed pricing for future preventative maintenance or service periods (option years) Place of Manufacture *Offerors who fail to provide the completed chart above, may be considered non-responsive. •Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price, inclusive of option periods for future preventative maintenance or service periods, will be the evaluated price. Offerors must also submit the following with their quote, if not completed in SAM registration: •Completed copy of provision 252.209-7991 •Completed copy of provision 52.209-2 •Completed copy of provision 252.225-7035 •Estimated delivery lead-time See attached list for applicable provisions and clauses for this requirement. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to nicole.rodenbaugh.ctr@usuhs.edu by May 20, 2016. Any question received after May 20, 2016 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around May 23, 2016. Quote packages are due by 10:00 p.m. Eastern Local Time on May 31, 2016. Quotes must be submitted via email to nicole.rodenbaugh.ctr@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive. •Preferred method of payment (Visa or EFT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3eeb11d905d9077249b7f1ac642f3fda)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04120324-W 20160519/160517235550-3eeb11d905d9077249b7f1ac642f3fda (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.