6525--Phoenix Tiltiing Dual Surface Diagnostic Imaging Workstaion Reading Tables
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 not... 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. DIAGNOSTIC IMAGING WORKSTATION TABLES The Central Arkansas Veterans Healthcare System in Little Rock, AR is seeking to purchase diagnostic imaging workstation tables that meet the salient characteristics listed below. The Government intends to solicit and award a firm-fixed priced contract. Potential sources shall submit: Business name, address, point of contact and phone#, DUNS, business size and socio-economic category Capability statement and product literature/brochures demonstrating ability to meet all of the requirements/salient characteristics listed if other than the brand name product is being offered If not the manufacturer, only authorized representative/providers/distributors of the manufacturer will be considered. Proof of authorized dealer or reseller letter from manufacturer The NAICS Code for this procurement is 339112, size standard is 1.000 employees. 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. SAMPLE STATEMENT OF WORK AND SALIENT CHARACTERISTICS AND REQUIREMENTS: A. GENERAL GUIDANCE 1. Title of Project: Diagnostic Imaging Workstation Tables 2. Scope of Work: The contractor shall provide Diagnostic Imaging Workstation Tables that meet the salient characteristics listed below to include shipping and installation at the specified VA Medical Centers. 3. Background: Diagnostic Imaging physicians spend much of their time viewing patient images on hi-definition computer monitors in support of patient care. This may involve the use of one or more computer workstations and up to six monitors. Due to the long hours spent at these diagnostic workstations and the need to use them for quick and accurate diagnosis, it is imperative that the workstations be set up in ways that maximize workflow efficiency and use of ergonomic principles. Several years ago, VISN 16 purchased specially designed Radiologist workstation tables for all sites. Due to wear and tear, the inability to obtain repair or replacement parts, and the inability at some locations to purchase the tables on their own, VISN 16 is now purchasing a limited number of tables at the request of Imaging Services at three facilities. The tables being purchased allow much flexibility for the users to perform diagnostic reading from a variety of positions. The equipment raises its work surface and monitors for reading from a standing position or sitting position. The user may sit erect or tilt the work surface for recumbent viewing. Lighting levels may be manually or automatically established to create ideal luminance behind the Diagnostic Monitors for minimum eye strain and contrast recognition thus, improving the ability to discern minute gradient of monochrome grayscale images. The workstation is acoustically channeled and is wrapped in a noise absorbent material to improve voice recognition during the transcription of diagnostic reports. 4. Performance Period: The contractor shall complete all work required under this SOW in 120 calendar days or less from date of award, unless otherwise directed by the Contracting Officer. 5. Type of Contract: Firm-Fixed-Price B. GENERAL REQUIREMENTS All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. C. SALIENT CHARACTERISTICS AND REQUIREMENTS Tables Dual surface 72 wide Weight capacity 350lbs Height range 24.9 - 49 Tilting capabilities Includes Cable Management 2 a/c plugs and 2 usb plugs with sliding closure 12 outlets in rear cable compartment Dimmable Task Light 4 programmable height resets Electronic monitor mount that moves monitors up/down and in/out swivel in and out footrest Back Ambient Lighting Personal Air Circulation Privacy Panel in your choice of color (standard color is grey). 7 years limited parts warranty. All metal warranted for a period of 7 years from the date of purchase. Electrical components and wires are warranted for a period of 5 years from the date of purchase. The surface is a 10-year warranty against defects. Heavy Duty Monitor Mount Supports monitors up to 60 pounds on Mounting System. Adjustable height/width CPU holder Non-Swivel 3.5" to 9.3" width and up to 22.5" height Standard Monitor Mount Supports monitors up to 60 pounds on Mounting System. Dynamic movement with gas lift operation Integrated wire management 2.2 to 19.8 lbs. weight range Clamp and grommet mount included Up to 32 monitor arm Quick release Vesa mount plate D. DELIVERABLES The vendor shall ship the tables and mounts to, and uncrate and assemble the tables and mounts at, each Medical Center listed in the table below in the quantities and configurations shown. The vendor shall provide supervision and labor to assemble the tables and place them into the rooms. The vendor shall test each table separately and repair or replace defective components. The vendor shall provide complete training to each user for the tables. The vendor shall be responsible for removal of all packaging materials and other installation debris from the site. Location Tables HD Mounts CPU Holder STD Mount Gas Lift Shipping & Installation VA MEDICAL CENTER BILOXI 400 VETERANS AVENUE BILOXI, MS 39531 4 8 4 4 0 4 VA MEDICAL CENTER HOUSTON REC WAREHOUSE BLDG #100 2002 HOLCOMBE BLVD HOUSTON, TX 77030 4 4 4 8 4 4 VA MEDICAL CENTER JACKSON 1500 E. WOODROW WILSON DR. JACKSON, MS 39216 5 10 5 5 0 5 E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. POST AWARD MEETING The vendor shall conduct a post-award meeting with the Contracting Officer and/or the Contracting Officer s Representative prior to performing any work on this contract. The purpose of this meeting is to establish specific timelines and provide official points of contact at each facility who will provide the contractor with the final customer choices (e.g. colors or other customer-driven variables). G. GOVERNMENT RESPONSIBILITIES The Government is responsible for communicating with the contractor promptly if assistance is needed in any matter related to this contract and for allowing reasonable time for contractor response and follow through. Potential sources are to respond via email only to the Contracting Officer, Sheila Reed at Sheila.reed@va.gov no later than 3:00pm (central) August 12,, 2021. Include the following in the email subject line: Diagnostic Tables . The responses will be reviewed and vendors who return responses with proof of their ability to meet the salient characteristics identified will receive formal notification or feedback. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »