Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

Q -- Request for Information Only | Upgrade CT Heartbeat CS Pro Closes 7/14/20 3:00 PM EST

Notice Date
7/10/2020 8:29:33 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0800
 
Response Due
7/14/2020 12:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Jason May, Contract Specialist, Phone: 412-822-2227
 
E-Mail Address
Jason.may2@va.gov
(Jason.may2@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for a brand name Phillips Computed Tomography (CT) Heartbeat CS Pro and 16 hours of additional Onsite Clinical Training at the Altoona VA Medical Center, Altoona, PA. Requirements Compatibility Requirements: The Phillips Computed Tomography (CT) Heartbeat CS Pro is requested, as this is the type of CT Scanner currently used in the clinics and the staff is familiar with its use; therefore, adding another scanner of this type would be beneficial for training purposes and accuracy as the staff use for diagnostic purposes. Brand Name to Phillips Computed Tomography (CT) Heartbeat CS Pro (model NCTA045) and 16 hours of additional Onsite Clinical Training. Phillips Computed Tomography (CT Heartbeat CS Pro Salient Features This package delivers a series of scanner and workstation features for sites interested in performing coronary calcium scoring. Coronary artery calcium scoring provides quantitative assessment (score) of calcified lesions in the coronary arteries, enabling the physician to determine a patient s risk factor for obstructive Coronary Artery Disease (CAD). Package Includes: Acquisition Features Prospective Gating Prospective Gating automatically triggers axial multislice scan acquisitions using patient information from the ECG monitor. This feature uses Philips patented Beat-to-Beat variable delay algorithm for accurate and reproducible calcification scoring studies. Integrated ECG Monitor Philips advanced ECG monitor with accompanying stand is used to collect the patient's ECG signal and then transfer the signal to the scanner for gated cardiac CT imaging. The ECG signal is stored on the system for later recall and display in the Brilliance Workspace. This can be used to interactively complete raw data reconstructions at different portions of the ECG cycle. Also, can be used to correct reconstruction artifacts caused by irregular heartbeats. Note: Gemini systems will ship with the GEMINI PET/CT ECG Gate. Review Features Calcium Scoring Cardiac scoring program which provides Agatston, Volume and Mass scores. Incorporates a database of > 5,000 asymptomatic multislice cardiac scoring patients. Reporting Features CT Reporting Provides reporting capabilities for paper print of clinical results from the Philips Brilliance Workspace including display of key images and results frames. The report is available for paper or electronic distribution to referring physicians, patients, or for medical records. Each report is editable and new default templates can be easily created and included in the system configuration. The report can be saved as a PDF file for digital transfer or printed. Prerequisite: For installed base upgrades, iPatient (v4.X) installed or ordered 16 Hours of Additional Onsite Clinical Training Clinical Education Specialist will provide sixteen (16) hours of tailored CT Onsite Education for up to four (4) students, selected by customer, including technologists from night/weekend shifts if necessary. CEUs are not available in all cases. Please read Guidelines for more information, which will be provided to you during the scheduling process. Note: Philips personnel are not responsible for actual patient contact or operation of equipment during education sessions except to demonstrate proper equipment operation. Education expires one (1) year from the earlier of equipment delivery date or purchase date. Security and Training: Contractor will be required to comply with physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge from the VA Police. VA IT and BioMed Staff will be responsible for connecting the device to the VA Network and VistA Imaging with the assistance of the Vendor. At end of life or if device needs returned to Vendor, any hard drives in the device will remain at the Altoona VAMC for destruction The Vendor will have limited contact with PHI/PII, if they need a patient available to train staff on how to use the device. Patient will need to sign a release. The Vendor will be required to complete VA Privacy Training because they will be in an area where Veteran Patients are being seen and exposed to limited PHI/PII. Item Part Number Description Quantity Unit of Number Measure 0001 NCTA045 Computed Tomography (CT) 1 EA Heartbeat CS Pro and 16 hours of additional onsite clinical training The information identified above is 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Does your company exceed 500 employees? (4) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (5) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (6) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) Is your company primarily engaged in the retail or wholesale trade and normally sell the type of item(s) being referenced above? (8) Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (9) Does your company have a waiver for the Non-manufacture Rule from the Small Business Association? (10) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (11) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (12) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (13) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (14) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (15) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Jason.May2@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on July 14, 2020, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Jason May. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the FedBizOpps (FBO) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at Jason.May2@va.gov. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f62f294a49cc4fd285b00e90784c7a73/view)
 
Place of Performance
Address: Altoona VA Medical Center 2907 Pleasant Valley Blvd. Altoona, PA 16602
 
Record
SN05718152-F 20200712/200710230201 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.