Page 2 of 2
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a replacement of the ultrasound-imaging equipment for portable applications. The equipment must be capable of operating in B Mode, M-Mode, Color Doppler, Color Power Doppler (CPD), Pulsed Wave and Continuous Wave modes. It must support transducers with linear, phased array and curved array formats. The ultrasound equipment is to prompt diagnosis and treatment for ill and injured patients in the emergency department. The equipment need to be delivered to VA San Diego Healthcare System, 3350 La Jolla Village Dr, San Diego, CA 92161.
Item Information:
ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED
OR STOCK NO.
-----------------------------------------------------------------------------
REPLACEMENT EQUIPMENT:
L21822 1 L21822 - SonoSite Edge II Ultrasound
System 1 EA
P21608 2 P21608 - ACO Technology 1 EA
P21604 3 P21604 - Advanced OB/GYN
Calculations 1 EA
P21593 4 P21593 - Color Application Package,
SonSite EDGE II 1 EA
P07690 5 P07690 - ICTx/8-5 MHZ Transducer
Biopsy Compatible 1 EA
P21556 6 P21556 - rP19x/5-1 MHz transducer -
Armored Cable 1 EA
P21636 7 P21636 - rC60xi/5-2 MHz transducer -
Armored Cable Biopsy Compatible 1 EA
P22950 8 P22950 - L25X/13-6 MHZ Transducer -
Armored Cable Biopsy Compatible 1 EA
L15800 9 L15800 - EDGE Stand 1 EA
P20006 10 P20006 - UPX898 Sony B and W
Digital and Analog Printer 1 EA
P16535 11 P16535 - Triple Transducer Connect
(TTC) w/quick disconnect 1 EA
P16535 12 P20516 - Sonosite EDGE II
Ultrasound System User Guide English 1 EA
P21828 13 P21828 - Sonosite EDGE II
Ultrasound System Service Manual 1 EA
P21828 14 P21828 - SonoSite EDGE II
Ultrasound System Service Manual 1 EA
5-YR-WARRANTY 17 5-YR-WARRANTY - 60 MONTHS -
STANDARD COVERAGE WARRANTY Please refer to Warranty Schedule. 60 MONTHS
- STANDARD COVERAGE WARRANTY 1 EA
Salient Characteristics
See attachment for salient characteristics.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfills the required specifications.
If you are interested and capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 (334510) identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than Monday, May 11, 2020 at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Bid Protests Not Available