Federal Bid

Last Updated on 28 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Pike New hampshire

Fujifilm Sonosite Point of Care Visualization Tools

Solicitation ID NIH-CC-OPC-CSS-19-007043
Posted Date 03 May 2019 at 3 PM
Archive Date 28 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Clinical Center/Office Of Purchasing & Contracts
Agency Department Of Health And Human Services
Location Pike New hampshire United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with, FAR Part 13 Simplified Acquisition Procedures. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES.
This solicitation is a Request for Quotation (RFQ). The National Institute of Health, Clinical Center (CC), Department of Peri-Operative Medicine intends to award a Firm-Fixed price purchase order for two (2) Sonosite S II Ultrasound system. The Fujifilm SonoSite S II Ultrasound System is needed to assist anesthesia care providers with the placement of arterial and venous catheters, assist in peripheral nerve and epidural blocks used to manage and treat patients for surgical and off-site anesthesia procedures and identify cardiac structures in patients with hemodynamic instability. The ability to better visualize the venous, arterial, nerve and cardiac targets for administration of anesthesia improves the comfort and safety of our surgical research population. Because the Department of Perioperative Medicine already owns one Sonosite SII Ultrasound System and transducer and the Sonosite SII ultrasound system has clinical applications that are consistent with projects in the Critical Care Medicine Department, this ultrasound system is specific and unique and supports the NIH Clinical Center's goals for standardization of equipment.
The Intended procurement is classified under NAICS code 334510 with a Size Standard 1250 employees
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-101 January 22, 2019. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold. ($250,000).

Quotes may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of India Payne [email protected] by May 15, 2019, 10:00am Eastern Time.

Please provide quote response only to the specified items list:

The following items needed:

1.1EA-L22406- SONOSITE S II UNLTRASOUND
2.1EA-P22167-SLEEP NEEDLE PROFLIN
3.1EA-P07691-L25X 13-6MHZ TRANSDUCER T
4.1EA-P21015-5-1 MHZ TRANSDUCER
5.1EA-L21432- SII STAND
6.1EA-P22358-SII ULTRASOUND SERVICE MANUAL
7.1EA-P20536-SII ULTRASOUND GUIDE ENGLISH
8.1EA-P22358-SII ULTRASOUND SERVICE MANUAL
9.1EA-COMP-TRADE IN
10.1EA-5 YEAR WARRANTY- 60 MONTHS STANDARD COVERAGE WARRANTY

ADDITIONAL TEN ITEMS WERE ADDED


11.1EA-L22406- SONOSITE S II ULTARSOUND SYSTEM
12.1EAP22167 SLEEPNEEDLE PROFILING TECHNOLOGY
13.1EA2EA-P07691 13-6 MHZ TRANSDUCER TRANSVERSE BIOPSY COMPATIBLE
14.1EA- P21070-RC60XI-MHZ TRANSDUCER BIOPSY COMPATIBLE
15.1EA-L21432- SII STAND
16.1EA-P22358-SII ULTRASOUND SERVICE MANUAL
17.1EA-P20536-SII ULTASOUND SYSTEM USER GUIDE ENGLISH
18.1EA-P22258-SII ULTRASOUND SERVICE MANUAL
19.1EA-COMP-TRADE IN-COMPETITOR SYSTEM TRADE-IN CREDIT FOR BARD SITE RITE 6  WITH TRANSDUCER TRADE IN DISCOUNT FOR NON-SONOSITE PRODUCT
20.1EA-5 YEAR WARRANTY-5YR WARRANTY 60 MONTHS STANDARD COVERAGE WARRANTY PLEASE REFER TO WRRANTY SCHEDULE


Each response should include the following Business Information:

a. DUNS.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal
e. Capability Statement

 

Bid Protests Not Available