The RFP Database
New business relationships start here

CT Contrast Injector


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

(i) This is a combined synopsis/solicitation for CT Contrast Injector BRAND NAME OR EQUAL, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. Simplified Acquisition Procedures IAW FAR 13 will be used.
(ii) The solicitation number is 36C26018Q0288 and is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95
(iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1250. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
(v) Contract Line Items (CLIN):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
V5 OptiVantage DH, Suspension System w/RFID & SI
844005 -- INJECTOR,OPTIVANTAGE DH, SI
241060 -- MAVIG FIXED SHORT COLUMN
241063 -- EXTENSION/SPRING ARM
241079S -- J-BOW ARM, MAVIG
800120 -- 115 VAC POWER CORD
800113 -- Cable Assy, 15 Pos, D-Shell, 10 Ft
800110 -- 75' Powerhead Cable
844410S -- KIT, CEILING SUSP. EXT. CABLE
844760 -- RFID 125ML FACEPLATE
844850 -- 200 ML Faceplate Assembly
800114 -- CT9000B. ADVHeater Blanket
846081 -- OPERATOR'S MANUAL (ENG V5.X)
846083 -- SERV/PARTS MAN, OPTIV DH V5
846082 -- INSTALL IFU, OPTIV DH V5
846002 -- CD, OP MANUALS (TRANSLATIONS)
844040 -- SAMPLE KIT,Y TUBE W/DUAL CHK V
800090 -- 200ML SYRINGE SAMPLE PACK
844787 -- RFID PRINTER KIT, OPTIVANTAGE
846210 -- OPTIV V5 QRG&INST. SHEET KIT
844915 -- RELAY INTERFACE ADAPTOR
601326 -- INSERTION/EXTRACTION TOOL
Equal Item:
__________________
_________________
1.00
EA
__________________
__________________
0002
MAVIG CEILING SUSPENSION PLATE Part# 2410185
Equal Item:
__________________
_________________
1.00
EA


0003
APPLICATIONS TRAINING Part # OTP305
Equal Item:
__________________
_________________
1.00
EA


0004
INSTALLATION - INJECTOR LF
Part # OTP323
Equal Item:
__________________
1.00
EA






GRAND TOTAL
__________________


(vi) Comparable products must meet or exceed the following specifications:
GUERBET V5 OptiVantage DH, Suspension System w/RFID & SI with Training & Installation: See Insert (A)

(vii) Delivery:
Delivery shall be within thirty (30) days from the time of award. Deep fryer with accessories shall be delivered to the White City VA Medical Center located at 8495 Crater Lake Hwy. White City, OR 97503 FOB Destination.
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:
Provisions:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)

(ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers:

1. Technical
2. Price

Technical is more important than price.
(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
Clauses:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
852.203-70 Commercial Advertising (JAN 2008)
852.211-73 Brand Name or Equal. (JAN 2008)
852.219-10 VA Notice of Total SDVOSB Set-Aside
852.232-72 Electronic Submission of Payment Requests
852.246-70 Guarantee
852.246-71 Inspection (Jan 2008)
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (June 2003) (E.O. 11755).
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul
2013) (31 U.S.C. 3332).
(xiii) There are no additional contract requirements, terms or conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to jay.chong@va.gov and received no later than 12 pm PST on 04/26/2018. Quotes may be submitted on this document or the vendor s own form.
No late quotations will be accepted.
(xvi) For information regarding the solicitation, please contact Jay Chong at jay.chong@va.gov











Insert (A)
Salient Characteristics of CT Injector:

Component Parameter Features
Configuration
Mounting
Ceiling mount. Less interference with technologist movement during patient care; less interference with CT exam
bed movement.
Power Head
Local memory capability
Saves up to 40 six-phase injection protocols, for easy programming, simplifying patient care and improving
throughput.

Injection pressure Monitoring
Bed side monitoring of injection pressure for added safety

Head
Dual Head: for injection of saline and contrast. Needed for many CT protocols.
Operations
Operations
Flow rate control and start/stop control both in the scan room and the control
room

Programmable
Select, modify injection protocols in either the scan or control room

Tilt Enable
Interlock prevents start of injection until
injector head is tilted down, reducing the risk of air embolism.
Display
Dual displays
Includes a monitor in the control room and directly on the injector head in the scan room. This allows real-time monitoring of injection pressures during operation by a single CT technologist.
The current injector lacks this capability.

Flow knob
Manual flow knobs are calibrated for easy, quarter-turn priming and color- coded for clear identification of contrast
versus saline syringes. Reduces the risk of air embolism.
Syringes
Pre-filled Contrast syringes with an RFID label
Single-dose pre-filled contrast syringes with an RFID label that the injector reads. These labels contain the lot number, expiration date, concentration, and amount. This information is sent to the scanner, which is recorded in the CT system, available to the Radiologists. This will become a standard documentation requirement in
the near future.

Size
The pre-filled syringes are available in different volumes of contrast, tailoring the contrast amount to the patient- specific exam. This will produce cost
savings by eliminating contrast waste,

Page 6 of 6


which occurs with use of the current multi-dose contrast bottles. Also improves patient safety, as risk of microbial contamination of multi-dose
bottles is eliminated.

Simultaneous Injection
Delivers simultaneous dual injection protocols of contrast media and saline with 10% to 90% mixing ration in
increments of 5%
Safety
Monitoring of IV access
The Patency Check Feature allows the tech to check the IV for patency at the bedside and to also check for
extravasation.

Contrast timing
Allows for a test bolus of contrast to set up the appropriate imaging protocol.

Contrast extravasation and patient monitoring by technologist
Second monitor mounted on the injector head allows for monitoring both the injection pressure and flow rate, allowing earlier detection of IV malfunction or extravasated contrast with the CT technologist remaining at the patient s bedside. This provides immediate technologist access to the patient if a complication (such as a contrast reaction) occurs, which will speed appropriate emergency response. The current injector lacks this
feature.

Jay Chong
jay.chong@va.gov

Jay.Chong@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP