SOURCES SOUGHT
99 -- PHILIPS IVUS INTRASIGHT 5
- Notice Date
- 4/29/2020 12:10:07 PM
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- FA3010 81 CONS CC KEESLER AFB MS 39534-2701 USA
- ZIP Code
- 39534-2701
- Solicitation Number
- INTRASIGHT5
- Response Due
- 5/11/2020 12:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Cynthia C. Lee, Phone: 2283771834, Fax: 2283773298
- E-Mail Address
-
cynthia.lee.2@us.af.mil
(cynthia.lee.2@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is NOT a solicitation, but market research to determine potential sources for the Philips Core� IntraSight Interventional Applications platform series 5 (NNAW510- Intrasight 5) or an equivalent system to be used at Keesler Medical Center (KMC), Keesler Air Force Base (KAFB). �This requirement will upgrade a current Philips Volcano CORE IVUS System. � IntraSight interventional applications platform. Includes IntraSight CPU, CPU Base, Operator�s Manual, Power Transformer, Cable Pre-Install Kit, Power Supply, Connection Box, Mouse, Keyboard, 19� Monitor Kit, DICOM Network Connection. �If can provide an equivalent replacement, please state how the capabilities of the equivalent product.� Imaging (IVUS) License. Includes IntraSight IVUS Software package: Digital, Rotational, and ChromaFlo IVUS. �If can provide an equivalent replacement, please state how the capabilities of the equivalent product.� Digital PIM. Includes PIM, Cabling, and PIM holder. Physiology (iFR/FFR) License. Includes IntraSight Physiology Software Package: iFR Hyperemia Free Lesion Assessment Modality, FFR Modality, iFR Option Manual FFR 2.5. �If can provide an equivalent replacement, please state how the capabilities of the equivalent product.� M-PIM. Cabling, FM-PIM holder, and FM-PIM to Verrata Wire Adapter. Touch Screen Module (TSM). Tableside touch screen controller, and articulating bedrail mount. �If can provide an equivalent replacement, please state how the capabilities of the equivalent product.� The special feature is the Instantaneous Wave-Free Ration (iFR) capability. �This is the pressure differences across the coronary artery stenosis to determine the likelihood the stenosis impedes oxygen delivery to the heart muscle. Unlike Fractional Flow Reserve (FFR) capabilities, the iFR allows measurements to be obtained without using the medication adenosine, which can cause cardiac instability and failure during the procedure making iFR safer for patient care use. �iFR is the new evidence-based standard for invasive evaluation of intermediate-severity coronary lesions. Any system offered as an equivalent should perform all or more of the functions available with the COR IVUS Intrasight 5 system.� �If can provide an equivalent replacement, please state how the capabilities of the equivalent product.� This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice.� Responders are advised the Government will not pay for any information or administrative costs incurred in response to this �sources sought� and that all submissions become Government property and will not be returned. �All costs associated with responding to this sources sought will be solely at the responding party's expense. �Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the FedBizOpps website for additional information pertaining to this sources sought document. The anticipated the delivery for this requirement will be on or before 1 April 2021.� A firm-fixed price contract is contemplated. The applicable NAICS Code is 423450 (Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers) and the size standard is 200 Employees. RESPONSE INFORMATION: Responses to this Sources Sought Notice must be received no later than 3:00 PM CST, on Monday, 11 May 2020.� Responses should be emailed to cynthia.lee.2@us.af.mil and franklin.mahan@us.af.mil.� It is the responsibility of the respondent to ensure their email has been received by contacting either, the Contract Specialist, Cynthia C. Lee at 228-377-1834 or Contracting Officer, Franklin D. Mahan, at 228-377-1805 or via email PRIOR to the deadline. Responses and/or inquiries WILL NOT be accepted past the deadline. Interested parties should include their company name; address, and phone number; point of contact; CAGE code; company size status and whether or not they are a U.S. or foreign-owned firm. All interested parties must provide a response containing a written statement, confirming they can comply with the government needs, as specified in the paragraph above. All responders to this Sources Sought Notice understand, by submitting this written statement, they are certifying they can meet ALL criteria
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5961801987714ba198f9efd9fa4f3f87/view)
- Place of Performance
- Address: Biloxi, MS 39534, USA
- Zip Code: 39534
- Country: USA
- Zip Code: 39534
- Record
- SN05640379-F 20200501/200429230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |