|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303Department of Veterans Affairs Medical Center, Chief, Acquisition and
Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417 65 -- MEDICAL/SURGICAL INSTRUMENTS, EQUIPMENT & SUPPLIES SOL RFQ
618-127-99-LK DUE 033199 POC Linda Kelly 612-725-2183 This is a
combined synopsis/solicitation. Request for Quotation #RFQ-618-127-99
entitled "Acuson Sequoia Echocardiology Ultrasound System" is hereby
issued for commercial items used in echocardiology procedures and is
prepared in accordance with the format in FAR Subpart 12.6 as
supplemented by additional information included in this notice and
incorporates provisions and clauses in effect through FAC 97-11. The
SIC Code is 3841 and the small business size standard is considered 500
employees. This CBD combined announcement/solicitation constitutes the
only bid document that will be issued. A separate written solicitation
will not be issued. Contractors' proposals (cost and technical) are
herein requested. A response to requirements listed below shall be
submitted on contractor's letterhead or formal quotation form and must
address all requirements listed in a separate technical proposal.
Contractor's price and technical proposal shall contain the name, title
and signature of person authorized to submit proposals/bids on behalf
of the contractor. Descriptive literature for each item offered must
also be included in proposal/bid package. An equipment evaluation may
be requested by the VA Contracting Officer at her discretion and will
be provided to the VA at no additional charge. Contractor must be able
to provide equipment for evaluation within ten days of notification.
The VA Medical Center (VAMC), Minneapolis, Minnesota, has identified a
critical need for an ultrasound machine in our Cardiac Cath
Lab/Echocardiology Department. However, the VAMC may not have enough
funding at the present time to complete a transaction for purchase.
Alternative acquisition options will be considered, i.e. a 12-months
same as cash, a lease-to-own up to 48 months or possibly the purchase
of used equipment that has been rebuilt and refurbished like new, or
any combination of these purchase methods. The current goal of our
medical center is to move toward digital imaging to improve access to
medical images, facilitate archival of images, and eventually reduce
hardcopy printing costs. As imaging equipment is replaced at the VA,
new equipment needs to be procured capable of working in a digital
environment. We have chosen to incorporate the industry standard DICOM
(diagnostic imaging and communications) in medicine to help enable
transition to digital imaging. In a market survey of cardiac ultrasound
equipment it appears that the Acuson Sequoia includes the capability to
send images to a digital archival system and to a DICOM printer by
using the DICOM standard. The VA's goal is to be able to use a digital
archival system for archiving images from ultrasound machines and have
the capability of printing DICOM images from anywhere on our medical
information network. The ultrasound system being solicited is an Acuson
Sequoia System or equal. If an equal product is bid it must contain the
same salient characteristics in the requirements below in order to meet
the VA's goals as listed above. Requirements that must be addressed in
proposals are: (1) How your equipment will meet the VA's goal of a
complete digital imaging, archival and printing system. Salient
characteristics of the system the VA is procuring must contain or be
certified as equal to the Acuson Sequoia as follows: (2) Dicom Storage
SCU to PACS -- Network transfer of images via DICOM 3.0 networking
protocol and must be compatible with all system devices (PACs,
printers, disk readers, etc.) (3) 3V2c Adult Cardiology Transducer with
transducer miniaturization technology -- 19mm Vector(r) Array imaging
format expanded multihertz(r) multiple frequency imaging at 3.5, 3.0,
2.5, 2.0 MHz (2-D, M-mode) expanded multihertz(r) multiple frequency
imaging at 2.5, 2.0 MHz, (CDV Capability) Imaging PW, HPRF and CW at
2.0 MHz. (4) 5V2c 14mm General Purpose Cardiology Transducer --
microcase tranducer miniaturization technology. vector(r) array imaging
format expanded multihertz multiple frequency imaging at 5.0 4.5, 3.5,
2.5 MHz (2D, M-mode) Expanded multihertz multiple frequency imaging at
3.5, 2.5 MHz (CDV capability) imaging PW, HPRF and CW at 2.5 MHz (5)
Auxiliary CW Cardiac Transducer Package. Non-imaging auxiliary
continuous wave transducer to provide 11mm footprint. Supports 2.0MHz
continuous wave doppler in a non-imaging format. (6) C256
Echocardiography system coherent image formation: Coherent Image former
with 256 digital processing channels multiple beam formers space time
resolution control magnification imaging format 2-D imaging M-mode
vector, array imaging format doppler technologies: solo spectral
doppler -- dedicated audio frequency beam former and signal processing
-- CD quality audio -- pulsed wave (PW) high pulse repetition
frequency (HPRF), Continuous Wave (CW) and Auxiliary CW color doppler,
Multiple Color Doppler beam formers -- Color doppler velocity
integrated ultrasound workstation integrated echocardiography
workstation foundation for the digital lab expanded digital case
manager for echocardiography, fully digital capture, review and
archival system on-line acquisition and review random access review
capabilities visually preserved compression live-quad image comparison
format, DICOM 3.0 standard 230MB removable magnetic-optical disk,
DICOM 3.0 format output on board image storage imaging CINE strip CINE
differential echo amplification image and doppler enhancement
capabilities -- spectral doppler size and time expansion -- 2-D and
spectral doppler B-color application programs store/recall function --
rapid access to major exam categories and associated programs --
cardiology applications pre-set programs -- stress echo application
pre-set programs and cardiac calculations package -- goal directed,
diagnostically driven software -- Comprehensive with over 400
independent measurements and 1200 calculated results -- adaptive
measurement prompting -- operator programmable for inclusion of
additional calculations integrated stress echo package -- stress echo
application specific pre-set programs -- real-time, 30Hz continuous
image capture and review live-quad image comparison format full cardiac
cycle image capture full field of view or region of interest -- capture
visually preserved JPEG compression comprehensive wall motion scoring
package transducer technologies, advanced acoustics design expanded
multihertz(r) multiple frequency imaging, three active MP transducer
ports, each imaging transducer supports simultaneous imaging and
doppler customer service performance monitoring -- continuous
monitoring and calibration -- remote system diagnostics, ECG tracing
capability audio system ethernet connectivity port. (7) A minimum of a
One (1) Year System Warranty to include all parts, labor and travel.
Guaranteed up-time shall be more than 95%. System warranty shall begin
upon acceptance of complete system's "turn key" installation. (8)
Sequoia C256 User Manual (9) Sequoia C256 Service Manual (10) DICOM
Print Management SCU -- Allows transmission of print requests to DICOM
printers will guarantee compatibility only to DICOM devices (PACs,
printers, disk readers) (11) Native Harmonic Imaging -- provides
diagnostic information on the difficult to image patient -- preset for
2-D imaging of the second harmonic waveforms that naturally eminate
from tissue without the introduction of echo-enhancement agents.
Supported by 4V2, 5C2 and 8C4. Expanded multihertz(r) multiple
frequency quantification package. (12) Vascular Evaluation Package --
support for general vascular applications adds support for the8L5
transducer and the 6L3 transducer. (13) Sony 9500 SVHS VCR -- Digital
frame memory allowing noiseless, crystal clear "freeze" (14) Sony 5600
Color Printer -- 300 dpi resolution 30 second print time (15)
Contractor shall provide "turn key" installation" to include all cables
and connectors to make the system fully operational. On-site training
will be provided to end users. (16) If off-site Operator Training and
Biomedical Engineer Service and Maintenance Training are available,
offeror shallsubmit terms, conditions and costs, if cost is included in
the price of the system -- offeror shall so state. Delivery terms shall
be FOB Destination (unless vendor states otherwise) to the VA Medical
center, Warehouse (90D), One Veterans Drive, Minneapolis, Minnesota
55417. This will be a firm fixed price contract. Prices bid will be in
effect for one year. Evaluations may be conducted to determine that
products offered will meet Government's requirements. Evaluation
factors of technical capability of the items offered and past
performance history (include 3 references with phone numbers) will be
considered along with price and purchase option determined to be the
"best value" to the Government. Evaluation may be made with or without
discussions with the offeror(s). The following incorporated FAR
clauses and provisions are those in effect through FAC 97-11 and are
applicable to this solicitation. 52.212-1 Instructions to Offerors --
Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3
Offeror Representations and Certifications- Commercial Items (NOTE:
Offeror must include a completed copy of "Offeror Representations and
Certifications" along with his offer); 52.212-4 Contract Terms and
Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions
Required to Implement Statutes on Executive Orders-Commercial Items.
All responsible sources who can provide items as listed above may
respond to this solicitation by submitting cost and technical proposals
on their company letterhead or bid form. Technical proposal must
furnish detailed data and information concerning their companies
capabilities to provide items as listed in the requirements above along
with descriptive literature for all items offered to: Linda Kelly,
Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans
Drive, Minneapolis, MN 55417. For information, contact Linda Kelly at
(612) 725-2183. Offeror's proposals are due by Noon on March 31, 1999.
FAXed proposals will not be accepted. Posted 03/12/99 (W-SN308181).
(0071) Loren Data Corp. http://www.ld.com (SYN# 0333 19990316\65-0003.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|