DOCUMENT
65 -- St. Jude Ilumien Optis OCT machine - Attachment
- Notice Date
- 8/31/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
- ZIP Code
- 98327
- Solicitation Number
- VA26017Q0687
- Response Due
- 9/5/2017
- Archive Date
- 9/10/2017
- Point of Contact
- Laura Davis, laura.davis5@va.gov
- E-Mail Address
-
laura.davis5@va.gov
(laura.davis5@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 2 of 2 In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for one (1) OCT with FFR for the Portland VAMC, 3710 SW US Veterans Hospital Road, Portland OR 97239. This will be set-aside for SDVOSB s in NAICS 339112 Surgical and Medical Instrument Manufacturing. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation please respond electronically to laura.davis5@va.gov by 6AM PDT Tuesday, September 5th, 2017. The contract will be awarded: on/about Thursday September 7, 2017. This will be a Brand name or equal to: St Jude Optis OCT FFR System OPTIS Mobile Console System, comprised of: imaging engine; high-performance data acquisition and image processing PC application software Mobile drive-motor and optical controller (DOC) keyboard or mouse click control of system two monitors (17 and 19 ) additional outputs for external video monitor viewing; and angiography connection to enable angio co-registration o Wireless/Wired Tableside controller for control of system in the sterile field o OPTIS Mobile Installation Kit for integrating OPTIS Mobile into one Cath Lab o Boom Video Installation Kit o Angio Video Installation Kit o OPTIS Mobile Connectivity Cables o OPTIS Mobile Connectivity Box o One (1) Wi-Box Transmitter and two (2) Wi-Box Cables o Initial one-year Assurance Plus Customer Protection Plan To be considered technically acceptable, the equipment must meet the following minimum salient characteristics. Salient Characteristics Imaging System must have seamless integration of Fractional Flow Reserve (FFR) to identify culprit coronary lesions and Optical Coherence Tomography (OCT) imaging technology to optimize stent implantation with guided workflows for ease-of-use. Compatibility with facility DICOM The mobile imaging system must be a compact, mobile console. The mobile imaging system must have dual monitor displays plus remote video output for multiple viewing site lines. The mobile imaging system must have DICOM and local media archiving capability. The mobile imaging system must contain a high-performance data acquisition and imaging processing PC; application software and wireless FFR receivers. OCT must offer real-time 3D vessel and lumen reconstruction and stent planning tools for comprehensive views of the coronary vessel, stenosis, side branches and plaques morphology for optimal PCI decision making. OCT must have automatic lumen boundary detection on every frame. OCT must have a lumen profile display with immediate identification of MLA, lumen diameter, percent area or diameter stenosis and user selected proximal and distal reference frames. OCT must have a stationary imaging option. OCT must have at least two pullback lengths (i.e. 54mm and 75mm). OCT must have a minimum frame rate of 180 frames/sec. OCT must have a frame density of 5 10 frames/mm. OCT must have at least 500 lines per frame. OCT must have a scan diameter of 10mm in contrast OCT must have an axial resolution of at least 15 µm, nominal FFR pressure range: -30 to + 300mmHg FFR pressure accuracy must be within ± 1 mmHg plus ± 1% of reading ( 50 mmHg) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions. The Government will not pay for information submitted. This will be the only notice of the Government's intent to solicit, negotiate, and award to one source to satisfy this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26017Q0687/listing.html)
- Document(s)
- Attachment
- File Name: VA260-17-Q-0687 VA260-17-Q-0687.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771757&FileName=VA260-17-Q-0687-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771757&FileName=VA260-17-Q-0687-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-17-Q-0687 VA260-17-Q-0687.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771757&FileName=VA260-17-Q-0687-000.docx)
- Record
- SN04656044-W 20170902/170831232843-e51a7d8b74cad768278bc8508f222942 (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 |