DOCUMENT
65 -- Stryker Image Digitization System Bronch Suite System (Notice of intent to perform oral solicitation) - Attachment
- Notice Date
- 9/17/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- 36C26018P37391
- Response Due
- 9/19/2018
- Archive Date
- 9/29/2018
- Point of Contact
- Gregory Watson
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for a Stryker Image Digitization System (Bronch Suite will be set-aside for SDVOSB s. 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 gregory.watson2@va.gov by 5 PM EST Wednesday September 19st 2018. This solicitation will be performed Thursday September 20st 2018. This will be a brand name or equal to solicitation to the following Items Manufactured by Stryker: Item Part Number Description Qty BERCHTOLD LED F GEN SURGICAL LIGHTS FD 2112 32"FP/32"FP 1 77923 HANDLE, DEVON SCREW-ON FP 2 680000171 CABLE KIT, FLAT PANEL ARM 2 240030952 PKG; 75FT (5 PIN) DC EXTENSION CORD 2 FS 5000 F300 MAJOR SUSPENSION 1 TELETOM EQUIPMENT MANAGEMENT SYSTEM TP-622-BC PWR ARTIC TWR, 6X2, 2 ARM BOT TAND COMB 1 TP-612 POWERED ARTIC TOWER, 6X1, 2 ARM 1 ISUITE AV ROUTING 678003000 PKG, SWITCHPOINT INFINITY 3 LI 1 678000652 PKG AUX AUDIO CABLE 2 678001223 PKG, LCD MONITOR 55 INCH W/O CABLES 2 100224409 UNITERUPTED POWER SUPPLY 1 100224158 MOUNT PLATE PLASMA/LCD 2 100224181 ASSY PLATE 1 GANG 1.5 HOLE 2 240060144 CONNECTED OR OPERATING SYS. LICENSE 1 100224468 CABLE ASSY, RUGGED FIBER OPTIC DVI 2 678001017 PKG, SPI3 PTZ CAMERA SYSTEM, HD 1 OPERON D-SERIES SURGICAL TABLES OT 8602065 OPERON D 860 SEAT, CFK, STAINLESS 1 87395 POWER CORD, B850 1 OZ 1706275 HEAD SECTION, D850, W/SIDE RAIL, NO PADS 1 OZ 1705275 BACK PLATE, D850, W/RAILS, W/OUT PAD 1 OZ 1705975 LEG PLATE 20IN, D850, WITH RAILS AMP PADS 1 OY 7500001 PAD SET, 2-3/8IN D8/7XX 1 OZ 7547675 ARMBOARD, CIM 26IN 2 ISUITE INSTALLATION RS 0006008 CHROMOPHARE INSTALLATION 1 RS 0006139 TELETOM INSTALLATION TC 1 RS 0006008 CHROMOPHARE INSTALLATION 1 RS 0006010 TELETOM INSTALLATION 1 8888888202 INSTALLATION ORIS-ELEMENT/HUB 1 8888888401 INSTALLATION IMPLEMENT. STAGING CHG 1 8888888900 ICTS ENGINEERING SERVICES 1 ENDOSCOPY 240060100 SDC3 BASE SYSTEM 1 240031050 PKG, 32" 4K SURGICAL DISPLAY 2 Shipping Address: Department of Veterans Affairs Portland VA Medical Center 3710 SW US Veterans Hospital Rd. Portland, OR 97239 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Must meet minimum salient characteristics to be technically acceptable: Must Have HD Video Routing offering Multiple video source routing to multiple monitors throughout OR Must Have Presets, One touch video routing and device presets based on clinician & surgeon preference Must Have Surgical Timeouts offering An electronic surgical timeout, that can later be printed or sent to EMR Must Have Remote Device Control allowing remote control of the SDC, Camera, Light Source, Insufflator, Surgical LEDs, etc. all from the Stryker touch panel Must Have Telesurgery Capabilities allowing for two way audio/ video transmission with both on/ off site calling Must Have EMR Capabilities that allows for PACs, DICOM & EMR integration Must Have IP/Media Solution Capability allowing for all your medical images to be archived on a centralized server while also having media (mobile) sharing and editing capabilities Must Have Component System must be a tool-less design that allows for quick and easy repairs, eliminating downtime. Must Have Upgradeability utilizing a card based chasse design allows for cheap upgrades as video Standards continue to evolve. Must be Class II Medical Device Must be FDA 510 K Clearance Must Provide One Touch Button for turning the Suite On/ Off Must be a System that includes Surgical Checklist (time-out) Integration which engages team members during surgical time-outs by broadcasting a pre-surgical checklist to all monitor screens and silences the audio Must offer Cloud-based surgeon profiles (allow consistency across all ORs and Stryker facilities with case presets) Must Allow the SDC interface to be controlled from the Touch Panel Must Provide a High Definition Digital Video Interface Preview Must Provide a High Definition (HD), Digital Video Interface (DVI) preview Must be 4K compatible Must provide for All video signals displayed on monitors can be in DVI format Must provide backup video signals in VGA and in S-Video; included to ensure continuous video is displayed if power is lost. Must offer Customized intra-operative checklists for HCP compliance Must Provide QUAD, Picture-in-Picture (PIP) and Picture-by-Picture (PBP) views Must provide a configurable card matrix open-architecture framework. Must Provide touch panel video/data routing. Must Allow or a secondary touch panel for control in a separate location Must provide a single Keyboard/Video/Mouse (KVM) solution for up to three (3) PCs (Nurses PC, PACS PC, etc.) Must connect to multiple room speakers to provide audio from multiple sources (e.g. iPod, Sirius- Satellite radio, etc.) Must Include Software controlled smart fans Must Provide a 16:9 aspect ratio from the camera to compatible monitors Must offer Centralized audio, video, and data sources Must Manage surgeon, device, and cases presets Must Provide 1080p resolution (up to 1200p) or 1920×1200 resolution at native resolution with no scaling required Must be a Card-based system for scalability Must offer Messaging platform to communicate with surgeons, staff, SPD, and the patient s family Must offerTelestration on the operative image or video Must offer Serenity presets that enable custom videos and audio to be displayed as the patient rolls into the room Must offer Device control and voice control capable Must Provide any-to-any Digital Video Signal Routing (via single, fiber optic cable to compatible monitors) o Composite (Fluoro) o S-Video (Microscope) o RGBHV (Hemo, PACS) o 3G-SDI (Competitor Devices, DaVinci) o DVI (Stryker Video, DaVinci Must be capable of carrying all necessary wiring including standard AC power (up to 20 duplex outlets), Data (including remote diagnostics of monitors and integration), and voice control circuits. Must be capable of carrying all necessary piping for Medical Gases including Air, N2, N2O, & O2 with up to 16 gas outlets. Must support & carry a load of at least 300 pounds. Must have an active braking system with both front and rear mounted controls. Must have at least a 90 horizontal reach. A shelf size of at least 20 x 34 each is required, and they must be individually removable. Motorized control of the vertical adjustment of the booms is required with a 54 span of vertical travel. Must be approved and validated to support the use of fiber optic cabling and must be UL listed as a complete system and certify the internal cabling for a period of 10 years. Must have FDA approval. System must be ceiling mounted due to floor space constraints. 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. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018P37391/listing.html)
- Document(s)
- Attachment
- File Name: 36C26018P3739 36C26018P3739_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595748&FileName=-15161.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595748&FileName=-15161.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26018P3739 36C26018P3739_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595748&FileName=-15161.docx)
- Place of Performance
- Address: Portland VA Medical Center;Vancouver Warehouse;1601 E. 4th Plain Blvd;Vancouver
- Zip Code: WA
- Zip Code: WA
- Record
- SN05092213-W 20180919/180917231131-363f9a5a56108c51ba8aff492849cf22 (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 |