Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

70 -- Pacscube System

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
P179956
 
Archive Date
9/18/2010
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Background The NIH Clinical Center (CC) is a 250-bed research hospital providing all medical services for subjects participating in human research protocols at the National Institutes of Health (NIH). The Clinical Center provides patient facilities; and services for clinical investigations conducted by the NIH institutes, research in related areas; and supervise residency and other training programs. The Clinical Center, Department of Radiology is responsible for the maintenance and management of all IT systems supporting the clinical image processing needs of the Clinical Center. The Radiology film library is currently utilizing two DatCard PacsCube systems to create CDs for Clinical Center patients who require copies of their NIH imaging data. The operation of these systems supports daily patient care and is critical to the daily operations of the department. Purpose The purpose of this statement of work is to purchase two new PacsCube systems for the Department of Radiology’s film library. The two PacCubes currently in use by the film library are EOL and will no longer be serviced by the manufacturer. The new systems must support not only CD read/writes but also DVD read/writes. The new model must also support all DICOM formats now in use by imaging devices within the department. In summary the new systems must be freestanding, networkable, DICOM storage devices, capable of receiving images from all imaging modalities (CT, MRI, Nuclear Medicine, Ultrasound, General Diagnostic, and Interventional Procedures/Angio). They must interface with the Clinical Center’s PACS. The systems must be able to produce industry standard DICOM 3.0 formatted CD/DVDs. They must contain the capacity to label the CD/DVDs with customized thermal transfer labels indicating the patient demographic information as well as the NIH/CC facility information and logo. Each CD/DVD must also contain DICOM image viewing capabilities for each imaging modality included on the CD/DVD. Furthermore the device must be compatible with the MedImage, software (MedImage, Ann Arbor, Michigan PET, PET/CT, PACS, Nuclear Medicine and DICOM Software) used to view/write Nuclear Medicine and PET images. The new systems must come with a one-year warranty, which will cover all maintenance and software upgrades for one-year period and be extendable for additional years. Scope Please provide a quote on the following part numbers: PacsCube Express 3400: Part Number………………………………………………….…..PC3400E21 Description………………………………………….….2 recorders/1 printer Media Import software………………………..………..……………Included Web based user interface………………………………….……….Included DCS DICOM Viewer………………………..……………………….Included Starter Kit of CDs, envelopes, ribbon………………….….….…..Included REMOTE Installation & Training………..………………..…….....Included eFilm Lite Viewer Hardware must be as specified no substitutions or equivalents as current system configurations requires a PacsCube in order to minimize support and maintain compatibility with the existing systems. Section 508 Compliance Section 508 requires that Federal Agencies’ electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov Unless it is an “undue burden” or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance. Delivery Schedule The items listed in the scope of this document must be delivered within 45 days from the date of PO award. The delivery must be noted as an inside delivery to the address listed below. The intent of the Government is to process this Combined Synopsis/Solicitation prepared in accordance with Simplified Acqusition procedures under FAR Part 6.302 and FAR Part 1.This announcement constitutes the only solicitation that will be issued.Please all review requirements referenced, no alternates or substitutes will be accepted. Please provide quote via email to Gail Akinbinu Contract Specialist gakinbinu@cc.nih.gov. NO PHONE CALLS PLEASE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P179956/listing.html)
 
Place of Performance
Address: 9000 Rockvile Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02255207-W 20100827/100826000032-ff0df651139310fe2e4734cc2b541b1d (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  © 1994-2020, Loren Data Corp.