65--Radiology Equipment - OEC Elite CFD 31 cm Digital Mobile Super C-arm vascular 15

expired opportunity(Expired)
From: Federal Government(Federal)
36C25919Q0572

Basic Details

started - 15 Aug, 2019 (about 4 years ago)

Start Date

15 Aug, 2019 (about 4 years ago)
due - 22 Aug, 2019 (about 4 years ago)

Due Date

22 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25919Q0572

Identifier

36C25919Q0572
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 2 of 2Request for Quote (RFQ) #: 36C25919Q0572OEC Elite CFD 31 cm Digital Mobile Super C-arm Vascular 15 (Vascular 15 Platform with up to 15 fps Cine)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to Matt Zorch at paul.zorch@va.gov no later than 4:00pm EST, August 22, 2019.Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any
authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0572. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019.The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. This solicitation is set aside for SDVOSB concerns.List of Line Items;Line ItemDescriptionQuantityUnitUnit PriceTotal Price0001OEC Elite CFD 31 cm Digital Mobile Super C-arm Vascular 15 (Vascular 15 Platform with up to 15 fps Cine)1EA Description of Requirements for the items to be acquired (salient characteristics); OEC Elite CFD 31 cm Digital Mobile Super C-arm Vascular 15 (Vascular 15 Platform with up to 15 fps Cine) Note: Must be a VistA Imaging Approved DICOM Modality Interface Specifications:31 CM CMOS FLAT PANEL DETECTOR (CFD): - Tri-mode 31 cm/21 cm/15 cm - Minimum resolution (at display): - 31 cm: 2.7 lp/mm - 21 cm: 2.8 lp/mm - 15 cm: 2.9 lp/mm - Active matrix: 1548 x 1524 pixels - DQE(0): 72% (typical) - Pixel pitch: 198.0 m - Removable grid with on-screen detection statusGENERATOR: - 60 kHz high frequency - 15 kW power - Up to 120 kVp - Continuous high level fluoroscopy (HLF) up to 20 mA - Pulsed HLF up to 40 mA - Digital spot up to 75 mA - Digital Cine pulse - 15 pps - Up to 150 mA - 9 ms pulse width - Full power from standard wall outlet - Patented battery buffered designX-RAY TUBE: - Rotating anode X-ray tube - 0.3 mm and 0.6 mm nominal focal spots - Anode heat capacity: 300,000 HU - Anode cooling rate: 85,000 HU/min - Housing heat capacity: 1,600,000 HU - Housing cooling rate: 34,000 HU/min (405 W)C-ARM MECHANICS (SUPER C): - Counterbalanced, manual adjustment of lateral rotation, cephalad / caudal tilt, wig-wag, and horizontal motion - Low-profile tube design for better fit and movement around procedure tables - Dual, illuminated C-arm operator control panels - 360° lateral rotation (90°/270°) - 33.0 (84 cm) depth in arc - Orbital rotation 145° (55° overscan and 90° underscan) - 8.0 (20 cm) horizontal travel - Cable pushersCOLLIMATION: - PreView Tungsten rotatable double leaf collimator - PreView iris collimator - Dense collimator limits X-ray exposure area, improves image detail, and reduces scatter radiation - On-screen PreView collimator position indication for adjusting collimators without X-ray exposureFLUOROSCOPY MODE: - kVp range: 40 120 - mA range: 0.2 10 normal mode, 0.2 20 HLF - AutoTrak automatic brightness stabilization (ABS), mA, kVp - Auto and manual fluoroscopy modes - Continuous fluoroscopy (30 fps) at full resolution - Low dose modePULSED FLUOROSCOPY MODE: - kVp range: 40 120 - mA range: 0.2 28 normal mode, 0.2 40 HLF - AutoTrak automatic brightness stabilization (ABS), mA, kVp - Pulse rate: 4, 8, 15 pps - Pulse width: 19 ms to 34 ms - Auto and manual pulsed fluoroscopy modes - Reduces X-ray dose to patient and operator - Low dose modeDIGITAL CINE PULSE MODE: - kVp range: 40-120 - mA range: Up to 150 - Pulse rate: 15 pps - Pulse width: 9 ms - Autotrak ABS, mA, kVpDIGITAL SPOT MODE: - kVp range: 40 120 - mA range: Up to 75 - Automatic exposure termination - Automatic image saveIMAGE PROCESSING: - Smart Window - Dynamically senses the collimator position and automatically adjusts image brightness and contrast - Smart Metal - Adjusts brightness and contrast automatically and allows user to adjust sensitivity levels for optimum image quality even when metal is introduced into the field - AutoTrak Automatic Brightness Stabilization (ABS) - Automatically seeks the subject anatomy anywhere within the imaging field - Selects the optimum imaging technique by varying mA, kVp, and gain - Automatically adjusts to anatomical size and location - Provides uniform image quality throughout the entire imageTECHVIEW MONITOR: - 10.4 (26 cm) display, LCD flat panel monitor mounted on mainframe - 270° side/ side rotation - 30° up/ 5° down tilt - Horizontal viewing angle 80° - Vertical viewing angle 70° - 800 x 600 resolution monitor4K DISPLAY MONITOR: - 32 (81 cm) Ultra high definition (UHD) color display - Anti-reflection, anti-fingerprint - Optically bonded cover glass - Monitor mounted on an articulating arm - 45 (114 cm) horizontal travel - 17 (43 cm) vertical travel - 27 (69 cm) forward travel - 5° up/ 5° down tilt - Display viewable from all four sides of workstation - Horizontal and vertical viewing angle 170° - 600 cd/m2 maximum brightness - Touchscreen system control - 3840 x 2160 UHD display - Integrated PIP window to display color DVI-D inputUSER INTERFACE: - Touchscreen control simplifies operation - Automated system operation requires minimum operator interface - Multi-functional controls - Footswitch - Handheld control - Physical keyboard with integrated touchpad - Sealed silicone design for dust-free, contaminant-free, and water-resistant use - Physical image control keypad - On-screen virtual keyboard and image control keypad - On-screen free hand image marking - Mark or draw on images directly - Multi-purpose image directory - Retrieve and review images - Copy image(s) - Manually delete image(s) - Exams - Patient centric view of exams - Manually delete exam(s) - Display multi-modality exams - View older exams - Search saved/ scheduled exams - Integrated DICOM interface - Storage commit, store, query, retrieve, modality, worklist, and print - Queue DICOM store, storage commit, and print requests for later transmission - Retrieve Modality Worklist (MWL) referenced studies from PACS with one button press - On-board IT diagnostic support for DICOM transfer - Radiation dose structured report (RDSR) - X-ray dose summary - Room-in-use indicator interface - SmartConnect allows workstation to operate independently of C-arm and connect/ disconnect C-arm when needed - 3 position X-ray and motion keyswitch - X-rays and lift movement are disabled - X-rays and lift movement are enabled - X-rays are disabled and lift movement is enabledDIGITAL IMAGE ROTATION: - Digitally adjusts image display for live and last image hold - Automatic image update preserves image orientation settings applied during live and last image hold for subsequent images - Image rotation - Live and last image hold rotated in real-time - On-screen display of rotation degrees - Image reversal (left-to-right) - Image invert (top-to-bottom) - On-screen orientation indicator (real-time feedback without fluoroscopy) - Fully digital with precise 1° rotation increments or auto-repeat for quick rotationVASCULAR 15 SOFTWARE PACKAGE: - 1.5k x 1.5k x 16 bit image processing - Precision imaging with General-Purpose Dynamic Range Management (GDRM) enhances anatomy of interest while attenuating background features - Pre-set imaging profiles - 9900 - General - Orthopedic - Spine - Vascular - Noise filter with on-screen indicator - Minimal difference spatiotemporal noise filter (MDST) - Automatic and manual digital brightness and contrast control - Negate mode - Save/ auto-save feature - Swap/ auto-swap feature - Patient information: Examination list, customized patient information - Set-up functions: Acquisitions, Image Profile, DICOM, Network, Regional, Security, Utilities - Last image hold - 40,000 image storage - USB export with DICOM viewer for displaying images on PC platforms - Full-size or half-size - Web viewable - JPEG and BMP - DICOM compatible - OEC compatible - De-identify DICOM images - Remove patient information - HIPAA SecureView: Password protection, blank screen function, delete all patient information - Zoom and pan function - Image annotation - Measurement: Distance, angles, percent stenosis - Digital image rotation - Real-time digital subtraction (DSA) - Peak opacification - Roadmapping - Re-registration - Variable landmarking - Mask save/ recall - Digital Cine pulse mode - 15 pps - Up to 150 mA - 9 ms pulse width - Up to 15 fps Cine - Recording/ playback rate: 4, 8, 15 fps - Minimum recording time: 60 minutes - Automatic image playback - Frame-by-frame reviewHARDCOPY/CONNECTIVITY - Ethernet, one port - Room interface, one port - Video Output: - DVI-I (full screen requires dual link cable), one port - Display port interfaces (configurable to left, right, full screen), two ports - Video Input: - DVI-D interface (PIP displays on right screen), one port - USB, three ports - Wireless Data Transfer (optional) - Dual Band (2.4 GHz and 5 GHz) - Enterprise security: WPA, WPA2, PEAP - Printers: Integrated film/paper/thermal (optional)C-ARM POSITIONING AIDES: - Integrated laser aimer Class IIIa/3R - Motorized vertical liftUNINTERRUPTIBLE POWER: - Controlled shutdown - Power monitoring and display - Accidental power loss protection - 20 second battery back-up power to workstation and C-armREGULATORY COMPLIANCE: - U.S. 21 CFR Subchapter J - NFPA 99 - ANSI/AAMI 60601-1 (CSA/NRTL) - IEC 60601-1 (plus relevant Collateral and Particular Standards)WARRANTY: - One Year WarrantyOEC Clinical Excellence Onsite Training - Up to 3 days of in-service training by our ARRT certified Clinical Imaging Specialists (CIS) during the warranty period. - Post-training skills assessment - Radiographers may be eligible for Continuing Education (CE) credits approved by the American Society of Radiologic Technologists (ASRT). - OEC Clinical Excellence Onsite Training entails up to 8 hours of training per day on system function/ operation, provided from 7am to 5pm, Monday through Friday, excluding holidays. Includes all CIS travel expenses. - Training produces the best results when a dedicated user group of technologists complete the session and observe patient procedures while the CIS is on site. - The CIS will provide additional on-line training materials for future reference.Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 921 NE 13th StreetOklahoma City, OK 7310452.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIALGray 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.Offeror 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.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.Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation;Clearly identify the item by-Brand name, if any andMake or model number,Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; andClearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitationAny award made as a result of this solicitation will be made on an All or Nothing Basis.State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.Submission of quote shall include the following volumes: (I) Price, (II) Narrative to Support the General Standards of Responsibility Volume I Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.Volume II General Standards of Responsibility - To assist the contracting officer in determining if the general and special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award.General Standards of Responsibility:G1: Offeror shall provide a letter of authorization from the manufacturer for each OEM product stating that they are an authorized distributor/reseller.(End of Addendum to 52.212-1)52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:(a) Basis of Award. This procurement is being conducted pursuant to FAR Part13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is the sole evaluation factor. Offerors who fail to meet any standard of responsibility will not be eligible to receive contract award.(b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (End of Addendum to 52.212-2)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsFAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)FAR 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)FAR 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)FAR 52.219-8Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));FAR 52.219-28Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))FAR 52.222-3Convict Labor (June 2003) (E.O. 11755)FAR 52.222-19Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)FAR 52.222-21Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26Equal Opportunity (SEP 2016) (E.O. 11246)FAR 52.222-35Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)FAR 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)FAR 52.222-37Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)FAR 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)FAR 52.222-50Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)FAR 52.225 5Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)FAR 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)FAR 52.232-33Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: 52.204-7 System for Award ManagementThe following VAAR clauses are to be incorporated by reference:852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008)52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR)The following FAR provisions are to be incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999)The following VAAR provisions are to be incorporated by reference: 852.273-70 Late Offers (JAN 2003); 852.273-72 Alternate Evaluation (JAN 2003); and 852.273-74 Award Without Exchanges (JAN 2003).The Defense Priorities and Allocations System (DPAS) does not apply.Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm EST, August 22, 2019. Name and email of the individual to contact for information regarding the solicitation:Matt ZorchPaul.zorch@va.gov Contact Information: Matt Zorchpaul.zorch@va.gov Office Address :Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111 Location: Department of Veterans Affairs Set Aside: Service-Disabled Veteran-Owned Small Business

Department of Veterans AffairsLocation

Address: Department of Veterans Affairs

Country : United StatesState : Arkansas

You may also like

GE OEC ELITE C-ARMS SERVICE AGREEMENT

Due: 01 Oct, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PM OF RADIOLOGY EQUIPMENT

Due: 31 Oct, 2025 (in 18 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

RADIOLOGY CRYOABLATION EQUIPMENT PMI

Due: 31 Oct, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 339113 GSA CLASS CODE: 65