This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of providing the requested commodities. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the exact match or equal commodities described below.
Description:
NextGen LOGIC e
H48322AF - NextGen GOVT LOGIQ* e Compact Digital Ultrasound Console
NextGen LOGIQ e portable high performance digital laptop ultrasound system. Standard package includes LOGIQ e Needle Recognition Software Option which helps provide precise and accurate display of the needle, anatomy and motion even in Color and Power Doppler. This feature harnesses power recognition technology that recognizes and accurately reveals the structure of a needle within the anatomy, without distortion of the needle and compromising the target. Also includes the ability to adjust needle gain and angle. Standard package includes AC power cord, internet cord 3 meter in length CAT-5 type, PC to HUB structure, system software on USB, Optional Function Key Label, Aquasonic 100 Ultrasound Transmission Gel .25L, English basic Service manual CD and English User Guide. The following scanning modes are included: B-mode, M-mode, anatomical M-mode, color flow mode, power Doppler imaging, pulsed wave Doppler and Ophthalmic. USA version includes: 5 year standard warranty and one day of On-Site Applications Training.
*LOGIQ e is a trademark of the General Electric Company or one of its subsidiaries.
H40482LJ - C1-5-RS Transducer
C1-5-RS Wide band Convex. Applications include: Abdomen, Obstetrics, Gynecology, Urology, Pediatric/Neonatal, Nerve Block, MSK,ER (FAST Pleural).
H48062AB - L4-12t-RS Probe
L4-12t-RS Wide Band Linear transducer has configurable button functions which can enable single person control and simplifying interventional procedures. Applications include: Vascular, Pediatric/Neonatal, Small Parts, Nerve Block, MSK, Rhuema, ER (Pleural, Ophthalmic).
H40462LF - L8-18i-RS Linear array transducer 'hockey stick'.
L8-18i-RS Linear Array Surgical Transducer. 8-18 MHz broadband, multi-frequency capability. Applications include: Intraoperative & surgical procedures, small parts and vascular.
H48312AS - LOGIQ e AC/DC power adapter, without power cord
LOGIQ e AC/DC 110W power adapter, without power cord.
H48482AL - Power cord
AC power cord.
H48352AF - LOGIQ* e docking cart with 3 probe port
LOGIQ e docking cart with ergonomic features including: 110 and 220V Transformer, probe and gel holders, shelf for DVD-RW, shelf for B and W printer and VGA, DVI and 4 USB 2.0 ports. Also includes 3 probe port option installed.
*Trademark of General Electric Company
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Requests for information and resultant responses shall be submitted directly to the contracting officer, Paul Speedling at
[email protected] or by Fax: at (914) 788-4878. NO TELEPHONE CALLS WILL BE ACCEPTED.
All submissions should be received no later than 12:00 pm Eastern Standard Time on February 25, 2016.
Bid Protests Not Available