United States - 65--589-19-3-7626-0142, EK, CT DOSE PROFILER
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 14 June 2019
- Opportunity publication date
- 08 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 07, 2019 5:31 pm
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e).
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following, or brand name equal to Black Piranha Model 557:
Statement of Work:
EKHCS, HTM Department
The HTM Department desires to replace its obsolete Fluke TNT 12000 Diagnostic X-ray QA system (589-EE138200) with Name Brand or Equal to the BLACK PIRANHA Model 557. This system can be used to test radiation-producing equipment and other radiological modalities for compliance within certain predetermined, accepted metrics and determine both safety and efficacy of using these devices on patients. This replacement system shall be upgradable to meet anticipated technology advancements over the next seven years. The system can be used to keep the facility in compliance with requirements outlined in Joint Commission (JC) Environment of Care (EC) 02.04.03 Elements of Performance (EP) 21, 22, 23, 24 and 34.
The system shall be: Name Brand or Equal to the BLACK PIRANHA Model 557
Transmitting all invasive and non-invasive test data (mA, mAs, kVp, Time, and Dose) via Bluetooth wireless
Vendor shall produce Federal Information Processing Standards (FIPS) 140-2 certificate number, is certified
Ability to check the detector position
Solid state detector
Base unit (BP) includes ability to measure all basic parameters.
Probes shall operate on battery for at least 12 hours continuous operation on a full charge.
Being calibrated a minimum of every two (2) years
Calibration must be meet all NIST standards.
Downloading data in an MS Excel spreadsheet format both in real time and as a completed QA report. Alternatively, the system should be able to save test data directly into a Word or Excel file and transfer completed chart to a remote document.
Retaining 15-hour battery life
Testing RF, CT, and Dental Modalities
Vendor must provide training to two individuals on-site.
Vendor should provide at a minimum a two year manufactures warranty and have an option to purchase an extended warranty.
Any software required to display or manipulate data must be included. Software should function in a Windows 7 or 10 Operating System (OS).
Grey Market Items
(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.
Â
(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.Â
The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal.
If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.
Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW.
Please provide your DUNS number.
Responses to this notice shall be submitted via email to Philip Bouffard at Philip.bouffard@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, October 11, 2018 at 0800 PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
- Opportunity closing date
- 14 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Veterans Affairs Department of Veterans Affairs Heartland Network United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.