DOCUMENT
65 -- X-PORTE ULTRASOUND KIOSK SYSTEM - Attachment
- Notice Date
- 8/3/2017
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- VA25717Q1143
- Response Due
- 8/8/2017
- Archive Date
- 9/7/2017
- Point of Contact
- VERONICA GUTIERREZ
- E-Mail Address
-
veronica.gutierrez@va.gov
(VERONICA.GUTIERREZ@VA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION VA257-17-Q-1143 This is a combined synopsis/solicitation for commercial service prepared 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 for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA257-17-Q-1143. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). The Network Contracting Office 17-SAO WEST intends to award a firm-fixed price contract for the purchase of one L15600 X-PORTE ULTRASOUND KIOSK SYSTEM and Accessories for the SouthTexas VAMC, 7400 Merton Minter Blvd. San Antonio, TX 78229. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 employees. This procurement is restricted to small business and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Questions concerning this solicitation shall be addressed to Veronica Gutierrez, Contracting Specialist, and emailed to Veronica.Gutierrez@Va.Gov. All questions or inquires must be submitted no later than 9:00 AM Eastern Standard time on August 7, 2017. No phone calls will be accepted. The Government will award a contract resulting from this RFQ to the responsible SDVOSB offeror whose quote is the lowest price technically acceptable for the government. Quotes are due by 10:00 AM Eastern Standard time on August 8, 2017. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Veronica.Gutierrez@Va.Gov. This combined solicitation/synopsis is for the purchase of the following commercial products: ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED OR STOCK NO. UNIT COST -------------------------------------------------------------- NOT CAPITALIZED/ACCT/ADDL: 1 L15600 - X-Porte Ultrasound Kiosk System with Stand The SonoSite X-Porte is a high resolution, all digital ultrasound kiosk designed to meet the needs of the demanding clinical environment. The X-Porte Kiosk includes: a capacitive multi-touch panel user interface, adjustable high resolution 19" LED monitor for image display and review, a system stand featuring a triple transducer connection, battery pack and a storage basket. In addition to high resolution 2D imaging the system includes the following imaging modes: M-mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler and Tissue Doppler Imaging, and Simultaneous M-Mode. The X-Porte kiosk features proprietary software technologies: XDI - Extreme Definition ImagingTM, Steep Needle ProfilingTM, SonoHD2 Imaging Technology, SonoMBr Multibeam Technology, SonoADAPTTM Tissue Optimization Technology, Pulse Inversion Tissue Harmonic Imaging, Color HDTM Technology, AutoGain (see key for Technology descriptions), For maximum imaging performance the X-Porte visualization tool features proprietary software technologies: XDI - Extreme Definition Imaging, Steep Needle Profiling, SonoHD2 Imaging Technology, SonoMB Multibeam Technology, SonoADAPT Tissue Optimization Technology, Pulse Inversion Tissue Harmonic Imaging, Color HD Technology, AutoGain - XDI Extreme Definition Imaging -shapes the ultrasound beam to pinpoint precision. As a result, tissue resolution is improved and side lobe image artifacts are minimized to produce images with less haze and increased clarity. - Steep Needle Profiling Technology - enhances needle visualization while maintaining image quality of the target and surrounding anatomy. - SonoHD2 Imaging Technology - reduces speckle noise and image artifacts while enhancing tissue margins, thereby dramatically improving contrast and structural resolution. - SonoMB MultiBeam Technology - improves contrast resolution; tissue differentiation of small structures and enhances border delineation. - SonoADAPT Tissue Optimization Technology - provides continuous automatic adaptive manipulation of multiple imaging parameters to reduce manual time consuming system adjustments. - Pulse Inversion Tissue Harmonic Imaging, utilizes higher frequencies from the ultrasound signal to create high resolution images with dramatically cleaner and sharper contrast between structures. - Color HD Technology- increasing color performance, sensitivity and frame rates for more diagnostic information. - AutoGain - provides automatic 2D gain image optimization with the push of a button. The Triple Transducers Quick Connect allows 3 transducers to be simultaneously connected to the system, for efficient selection of transducers. Image Storage and Connectivity is accomplished through: - The kiosk has 64GB of onboard Flash memory to retain enough data for 320 exams and features thumbnail review of saved images and video clips. - 6 USB ports for sharing of images (jpeg and bmp) and video clips (AVI) to a PC or Mac. - Embedded Digital Video Recorder for customized digital video capture. - DICOM package with the capability to store image and clips and interface within your PACS network with the complete offering of DICOM Print, Store, Modality Worklist, Perform Procedure Step (PPS), and Storage Commitment. - Wireless capabilities (B and G networking) for transmission of images and information wirelessly. (Subject to Country Certification) - VGA out capability The Kiosk features SonoSite's Visual Guides, a library of animated learning tutorials are featured on-board the kiosk for just in time learning and reference. The learning tutorials are displayed on the control panel so users can view the tutorials and scan simultaneously. Visual Guide packages included are: Ultrasound Basics, Acute Care Procedures, MSK and Anesthesia. X-Porte's reliability and durability are backed by a five-year standard warranty, which is included in the price of the system. Software upgrades to the main system are accomplished through a USB ports on the system. With the purchase of your SonoSite X-Porte, you will receive four consecutive hours of installation training provided by a SonoSite Clinical Specialist. The installation includes: an overview of the product and accessories purchased, training on the features, functions, user interface and system care/maintenance. Additional days of system installation training can be purchased separately as needed. X-Porte Ultrasound Kiosk Transducers: P21XP, L25XP, ICTXP, HFL50XP, C60XP, L38XP, HFL38XP, HSL25XP (1) One Transducer is required with each system purchase. Transducer selection may be changed, and transducers may be added or removed as required to support specific clinical applications. 1 EA 2 HFL50XP / 15-6 MHZ Transducer 1 EA 3 User Guide, X-Porte, English (Paper) X-porte User Guide (CD Only), English 1 EA 4 Service Manual, X-Porte X-Porte Ultrasound System Service Manual 1 EA 5 P14645 - User Guide, X-Porte, English (Paper) X-porte User Guide (CD Only), English 1 EA 6 Service Manual, X-Porte X-Porte Ultrasound System Service Manual 1 EA 7 5-YR-WARRANTY - 60 MONTHS - STANDARD COVERAGE WARRANTY Please refer to Warranty Schedule. 60 MONTHS - STANDARD COVERAGE WARRANTY 1 EA 8 X-PORTE SOFTWARE MAINTENANCE 5-YR Warranty and FUJIFILM SonoSite Software and Firmware Maintenance - 60 Months - Standard Warranty and Maintenance for FUJIFILM SonoSite Software and Firmware (excludes optional third party software). 1 EA 9 SHIPPING TO 1 EA 7400 MERTON MINTER BLVD. SAN ANTONIO,TX 78229 Grand Total:______________ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) Offeror shall provide a quote addressing all CLINS: 0001. 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) 852.273-74 Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (End of Clause) 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.227-17 Rights in Data-Special works 52.232-33 Payment by Electronic Funds Transfer- System for Award Management 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) 852.211-73 Brand Name or Equal ( JAN 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q1143/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-Q-1143 VA257-17-Q-1143.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3710203&FileName=VA257-17-Q-1143-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3710203&FileName=VA257-17-Q-1143-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-Q-1143 VA257-17-Q-1143.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3710203&FileName=VA257-17-Q-1143-000.docx)
- Place of Performance
- Address: 7400 Merton Minter Blvd;San Antonio;TEXAS
- Zip Code: 78229
- Zip Code: 78229
- Record
- SN04610766-W 20170805/170803232057-04a58d8b3b47e73439745f5be2f1582e (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 |