THIS IS A REQUEST FOR INFORMATION (MARKET SURVEY) NOTICE ONLY, NOT A SOLICITATION AND SHOULD NOT BE CONSIDERED AS SUCH. The Government will not pay for any information received in response to this notice, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This notice does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purpose only and will not be released. Vendor participation is not a promise of future business with the Government. The purpose of this notice is to conduct market research to assist the Government in crafting an appropriate solicitation.
Potential contractors shall provide, at a minimum, the following information to the Contracting Officer (CO), Sheila Reed via email at
[email protected], Network Contracting Office (NCO) 16.
1) Company name, address, and point of contact, phone number, e-mail address, and DUNS.
2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code: 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing; Small business size standard: 1,250 employees. Please check one of the following:
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] Woman-owned SB [ ] Disadv/Minority Owned
[ ] yes [ ] no Other than Small Business
3) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.
4) This is a brand name or equal sources sought. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:
(a) Meet the salient physical, functional, or performance characteristic specified in this notice; clearly identify the item by Brand name, if any and make/model number.
(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.
5) SCOPE AND SALIENT CHARACTERISTICS:
5.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section.
5.2 All equipment and installation shall meet manufacturers and VA specifications.
5.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment.
5.4 The Contractor shall be responsible for any missing parts and components not included in order to carry out the installation.
5.5 SALIENT CHARACTERISTICS
5.5.1 Cardiac Mapping Equipment
Suggested Manufacturer Brand Name: EnSite X EP System, or EQUIVALENT, as listed below:
Specifications/Salient Characteristics:
Must interface/integrate seamlessly with the existing Phillips Electrophysiology equipment
Capable of displaying 3-dimentional (3-D) position of conventional and Sensor-enabled electrophysiology catheters.
Must display cardiac electrical activity as waveform traces and as dynamic 3-D isopotential maps of the
Cardiac chambers
Able to provide information about the electrical activity of the heart and displays cather location during conventional EP procedures.
Capable of software expansions to meet future needs
5.5.2 Amplifier
Suggested Manufacturer Brand Name: EnSite X EP system Amplifier, or EQUIVALENT, as listed below:
Specifications/Salient Characteristics:
Must accept signals from catheters and electrodes attached to the patient and pass the signals to the amplifier.
Must convert the signals to a digital format and send them to the workstation for processing and display
The Field Frame must generate the magnetic tracking filed during procedures.
Module to connect the surface electrodes, system reference surface electrode, and ECG electrodes to the amplifier.
20 pin and 80 pin modules allow for connection of standard diagnostic catheters to the amplifier.
One anterior and three posterior sensors with cables
ECG cable to connect standard ECG electrodes to the amplifier
5.5.3 Display Workstation -
Suggested Manufacturer Brand Name: EnSite X Display Workstation, or EQUIVALENT, as listed below:
Specification/ Salient Characteristics
Computer workstation, monitors, medical grade isolation transformer, and printer
Must contain the system software displaying data from the amplifier
Must have a keyboard and mouse
Monitor to be placed near the workstation and keyboard
Medical grade isolation transformer to allow all system components are connected to the line power.
Initial one-year warranty with options for additional years
Remote access for real time technical support thru a secure broadband connection.
5.5.4 Ultrasound Imaging Console with Battery -
Suggested Manufacturer Brand Name: ViewMate Ultrasound Imaging Console with battery, or EQUIVALENT, as listed below:
Specification/ Salient Characteristics
Fully featured ultrasound system
Optimized for 64-element phased array intra-cardiac echo (ICE) visualization
Smart Cart and Smart Cart battery for operation without AC power
Software: 30 second cold boot-up time; 2D/B, M, Color doppler (CD), Power Doppler, Pulse Wave (PW), Continuous Wave (CW), AUX CW, ECG, TEE, and Tissue harmonics modes; auto Opt with ZST
Hardware: SmartCart battery with up to 1.5 hours of operation without plugging into AC power, connects up to 3 transducers simultaneously, Interface Module for ICE, Min. 120 GB hard drive storage on SmartCart, minimum 19 color, high resultion LCD display mounted on articulating arm, LED display for customizable image mode menus, HDMI/DVI digital video output, Integrated DICOM viewing software, customized baskets to carry supplies.
5.5.5 Linear Transducer -
Suggested Manufacturer Brand Name: L8-3 Linear Transducer, or EQUIVALENT, as listed below:
Specification/ Salient Characteristics
8-3 MHz linear array transducer designed for peripheral vascular imating
10 frequencies including 2D, M-Mode, Tissue harmonics, compound harmonics, and two each for color/power PW doppler
END OF SALIENT CHARACTERISTICS
Installation location: Central Arkansas Veterans Healthcare System
John L. McClellan VA Medical Center
4300 West 7th Street
Electrophysiology Lab
Little Rock, AR 72205
The intended award will be a firm-fixed price supply purchase to a single vendor.
Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination.
Responses are due by 03/02/2020 3:00 PM (central) to the Contracting Officer
MFG PN
Item
Qty
EnSite System M-01
EnSite X EP System including: EnSite X Amplifier and EnSite X Display Workstation
1
H701336
ViewMate Ultrasound Imaging Console with battery including: Software and SmartCart with battery
1
H702488
L8-3 Linear Transducer
1
This notice is to assist in determining sources only. There is no solicitation currently available. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside, sole source award or any other guarantee of award strategy. All information is to be provided on a voluntary basis and at no charge to the Government.
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. In accordance with FAR 15.201(e), 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.
Bid Protests Not Available