Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
DOCUMENT

65 -- 580-18-3-167-0148 Equip: Sonosite US System VA256-18-AP-6385 - Attachment

Notice Date
4/26/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9354
 
Response Due
5/3/2018
 
Archive Date
6/2/2018
 
Point of Contact
Winston Graber
 
E-Mail Address
6-8466<br
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25618Q9354 BACKGROUND: The Houston VAMC has a requirement for the following brand name supplies: Manufacturer Stock # Item Description SEE SOW ATTACHED REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov. Please respond to this RFI no later than May 3, 2018. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. STATEMENT OF WORK/DESCRIPTION OF WORK GENERAL INTENTION Contractor shall furnish all labor, materials, parts, equipment, tools, transportation, and calibration to provide Sonosite Ultrasound System to the Michael E DeBakey VA Medical Center, 2002 Holcombe Blvd. Houston TX 77030. The Contractor shall provide all necessary training to the designated VA employees on how to use the product after the delivery and setup are complete. The contract price shall be firm-fixed, all inclusive not limited to specified products/equipment, installation, setup/configuration, and training on how to use the installed products/equipment. All equipment shall be brand new; no refurbished or used equipment is acceptable. CONTRACT REQUIREMENTS 1. MEDVAMC would like to acquire an additional Sonosite Ultrasound System for our PICC team with the following specifications: SonoSite S II Ultrasound System high-resolution, all-digital, 12.6 pound (5.70 kg) ultrasound system with a 12.1in. LED full-bleed glass display. 13-6 MHZ Transducer Transverse Biopsy Compatible Steep Needle Profiling Technology UPX898 Sony B and W Digital and Analog Printer Battery - SII Series - 11.25 volt, 5.2 amp-hour rechargeable lithium-ion battery. 2. End User Instruction and Training. Contractor shall provide on-site training to designated VA employees on how to use all the aforementioned system. Contractor shall coordinate with the Contracting Officer s Technical Representative for the schedule of this training. Training shall consist of proper use of the system, management of the system and maintenance of equipment. 3. Service. Contractor will provide one year or service for the equipment. Service contract will also include option years for this service to be extended for up to four (4) additional years. Service will meet the following minimum requirements: a. 24 hour phone support Monday through Friday excluding government holidays. 4. User s Operating and Maintenance Manual. Contractor shall provide a complete set of User s Operating and Maintenance Manual at no charge to the Government. 5. Delivery Schedule. Contractor shall finish all works of installation, configuration, and setup within 30 days after receiving Notice to proceed from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9354/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9354 36C25618Q9354.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4260343&FileName=36C25618Q9354-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4260343&FileName=36C25618Q9354-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04901750-W 20180428/180426230733-410cd0f2ca91202eea5cc2f855cbea83 (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.