Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
MODIFICATION

65 -- Lease of Medical Equipment

Notice Date
8/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
 
ZIP Code
78234-0000
 
Solicitation Number
0011234500
 
Archive Date
9/12/2018
 
Point of Contact
Kathryn R Cortes, Phone: 7195265329
 
E-Mail Address
kathryn.r.cortes.civ@mail.mil
(kathryn.r.cortes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 334510, Electromedical and Electrotherapeutic Aparatus Manufacturing with a corresponding size standard of 1,250 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns. The Regional Health Contracting Office - Central, Fort Sam Houston, Texas, is seeking potential sources to lease a Flex Focus 800 Ultra Sound System and a lease for a Prostate Triplane 8818 Transducer in support of William Beaumont Army Medical Center, Fort Bliss, Texas. This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought and request for information does not commit the Government to contract for any supply or service whatsoever. The government is not at this time seeking proposals and will not accept unsolicited proposals. Salient Characteristics for each piece of leased equipment: a. Ultrasound System Must: • deliver precise real-time imaging • be compact and mobile • be designed to allow for intraoperative and laparoscopic surgery and robotic surgery • provide high resolution imaging • superior spatial resolution and sensitivity • have Motion Compensated Angular Compound Imaging (MACI) • have Automatic Mode Adjustment (AMA) high resolution B-Mode imaging for changing modes and depth • offer Triplex to maximize PRF with a tight spectral envelope and real-time synchronicity between 2D and Color Doppler b. Triplane Transducer Must: • cover all prostate zones using a single transducer • have 3D, Contrast, and Doppler • take apical biopsies with end-fire array • Biopsy the peripheral, transition, and central zones with simultaneous biplane • One-time insertion and minimal manipulation using disposable dual guide c. Delivery, Pick-up, Set up, and Maintenance of Ultrasound and Triplane Transducer • Routine Delivery/Pick-up/Set up: Requires delivery and pick up in person by a qualified technician within 24 hours of request. Technician must be present during the inspection by medical maintenance, deliver and set up the equipment in the Urology Clinic, pick up the equipment at the end of the duty day, and check out with Medical Maintenance • Emergency Delivery/Pick-up/Set up: Requires delivery and pick up in person by a qualified technician within 8 hours of request. Technician must be present during the inspection by medical maintenance, deliver and set up the equipment in the area specified by the requestor, pick up the equipment as directed by requestor, and check out with Medical Maintenance • Equipment Maintenance: Requires a two hour response time by a qualified technician if equipment malfunctions or goes down while in use. d. Equipment Supply Requirements • Must provide no less than 15 Transducer Covers for each day of use. Transducer covers will be delivered with the equipment. Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to kathryn.r.cortes.civ@mail.mil by the date identified below. Contractor responses should include: 1. The size of your business with regard to North American Industry Classification System (NAICS) code 334510 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at http://farsite.hill.af.mil). 2. Recommended Bid schedule (Contract Line item) and invoicing recommendations 3. Company name, DUNS, CAGE, Contact information including phone number and email. 4. Identify if you are interested and capable of providing these services. 5. Submit no later than 28 Aug 2018 by 08:00 AM MST. Point of Contact(s): Kathryn Cortes Contract Specialist Kathryn.r.cortes.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/0011234500/listing.html)
 
Place of Performance
Address: William Beaumont Army Medical Center, Fort Bliss, Texas, 79920, United States
Zip Code: 79920
 
Record
SN05050219-W 20180824/180822231037-0a7941fad3eaf63a5e4a4223fa6abd95 (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.