The RFP Database
New business relationships start here

AT RISK 629-18-3-7224-0428, Project Legacy, UltraPulse Duo System (VA-18-00129269) 36C256-18-AP-1671


Louisiana, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1

Statement of Work
UltraPulse DUO System
Southeast Louisiana Veterans Health Care System
New Orleans, LA

05/04/2018

1, PURPOSE
1.1 The purpose is to provide a medical device for Surgical Service at Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119.

2. SCOPE
2.1 The Contractor shall provide a complete medical device and accessories for a UltraPulse DUO System. The UltraPulse DUO System is the most comprehensively diagnostic medical device that allows surgeons to perform surgical procedures precisely for several medical conditions. The AcuPulse Duo Laser is a multiple specialty medical device used by Head and Neck, Otology, GYN, and General Surgery within the operating room and outpatient clinic. The main feature provides CO2 laser FreeBeam and Fiber modes to perform the surgical procedure. Thorough and current clinical standards, SLVHCS request s the brand name UltraPulse DUO System. All products must meet all salient characteristics and brand name defined in this section.

2.2 SALIENT CHARACTERISTICS

2.2.1 UltraPulse DUO System with Scanner
Suggested Manufacturer Brand Name or equal to: UltraPulse DUO System with scanner
UltraPulse DUO W/Scanner GA-2000000; UltraPulse DUO - Part# GA-2000000:
UltraPulse Duo ST

Silent Characteristics:
CO2 laser fiber and free beam energy
Must have the handheld Fiber with a valuable beam.
The Free Beam CO2 Laser is delivered via designated surgical tools such as the Digital AcuBlade SurgiTouch SurgiTouch automation software system included with SurgiTouch scanner The device will have, at a minimum, three power and time exposure modes.
Electronically controlled air management system
Laser type: CO2 Laser, sealed-off, DC exited
Wavelength: 10.6 micron, infrared
Pulse Duration Up to 2.5 ms
Repetition rate pulse frequency 1-1,000 pulse per second (Hz), adjustable " Average power Articulated arm: 1- 60 watts, adjustable, Fiber: 1-40 watts
Laser Tube Type Sealed carbon dioxide, radio frequency (RF)
Operating modes: UltraPulse (UP), Continues wave (CW)
Controls: Multi-color touch panel, footswitch
Portable
Aiming Beam: 5 mW red diode laser aiming beam, 635 nm
Beam Delivery: Carbon Fiber, 7-joint, rotation, Flexible fiber using the Lumenis family of CO2 fibers
Electrical: 120 VAC, hospital grade
UP cabinet with covers P/N SA-10059790
Packaging adapter lumenis/encorew/wo/lens P/N AA1743300
Focused Incisional Handpieces 0.2MM & 1.0 P/N 0614-963-01
Includes shipment and return of the old medical device as a trade/turn-in.



2.2.2 Digital AcuBlade Assembly Kit DABO9
Suggested Manufacturer Brand Name or equal to: UltraPulse DUO System
Items: AcuSpot 712, Digital Acublade

3. DELIVERY
3.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 by September 1, 2018. The medical device is going to be delivered to the Otology Specialty Program within Surgery Service.
3.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.
3.3 Package to prevent damage or deterioration during shipment, handling, and storage.
3.4 Maintain protective covering in place and in good repair until delivery is necessary.
3.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government.
3.6 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates.
3.7 Delivery and Installation will be coordinated through the COR.

4. INSPECTION AND ACCEPTANCE:
4.1 The Contractor shall conduct a joint inspection with the COR or designee upon delivery, if necessary.
4.2 INSTALLATION
4 .2.1 All equipment shall be installed and setup on the provided cart designed for the UltraPulse DUO System by contractor upon delivery unless otherwise noted above.
4 .2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards
4 .2.3 Installation must be completed by September 1, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site.
4 .2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours.
4 .2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR.
4 .2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect.

4.2.7 SITE CONDITIONS
4.2.71 There shall be no smoking, eating, or drinking inside the hospital at any time.

5. DELIVERABLES
5.1 Operation and Maintenance Manuals
5.1.1 Binders - Quantity (2) each for items 2.2.1 2.2.8
5.1.2 Digital Copies- Quantity (1) each for items 2.2.1 2.2.8
5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation.

6. OPERATOR TRAINING:
6.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete.





7. PROTECTION OF PROPERTY
7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor.
7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work.
7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion.
7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels.

8. SECURITY REQUIREMENTS
8.1 . "A&A requirements do not apply--Security Accreditation Package is not required". See ISO attachment.

9. WARRANTY
9.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor.
9.2 The warranty shall include all travel and shipping costs associated with any warranty repair.

Travis A Sippel
Contract Specialist
318-990-4059

travis.sippel@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP