The RFP Database
New business relationships start here

Digital XRAY System (Overhead)


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

The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following equipment or product in the section below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


The solicitation number is 17-242-SOL-00110 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1250.


Only one award will result from this solicitation.


FOB Destination shall be for three separate Indian Health Service Facilities, locations are as follows:


1. Jicarilla Service Unit
500 North Mundo Road
Dulce, New Mexico 87528


2. Ute Mountain Ute Health Center
232 Rustling Willow Street
Towaoc, Colorado 81334


The Indian Health Service requires the following items:
Salient Characteristics per the Brand Name or Equal clause:


Discovery XR656 Digital Radiographic System 2 each


***Please Contact buyer for specification document***


Spec Requirements:
For Jicarilla Service Unit and Mescalero Service Unit
Digital X-ray Room
Quantity Requested: 2


** WARNING ** Township electrical systems are unreliable. Vendor must provide plan and means to condition incoming voltage and provide protection to the unit/room against electrical voltage spikes from the local electrical grid to the level required to maintain vendor equipment warranty.


Features:
* General D.R. required. No Fluoro, no Mammo.
* Need throughput and clinical flexibility with advanced applications
* Provide: 4k-HD monitors for the viewing stations: min of 4, max 7.
* Require protective plate (clear?) for wireless cassette in the event patient needs to stand on the plate.
* A new Pigostat: if vendor supply's device.


Programs:
* General rad exams, VolumeRAD; digital tomography; dual energy subtraction; auto image paste at the table and wall-stand; repeat and reject analysis QC software; customizable image processing looks, repeat reject analysis, dose reporting
* Patient ID/interface to RIS available.
* Standard software/image processing features: Tissue equalization (balance over and under-penetrated image), smart windowing, detector exposure index, auto shuttering.
* Networking capabilities: IHE compliance, DICOM 3.0 services, classes (DX or CR)
* Image Storage: approximately 20,000



Tech Specs:
* Ceiling-mounted overhead tube suspension (OTS) with wall stand, table or combination.
* Wall Bucky needs to move all the way to the floor for older patients, OTS must have range to go to floor level to take this type of exposure.
* Exam table rated: >700 lbs. lift capability
* Throughput: none specific, >60/hr in event of a mass casualty
* Preview time: <3 sec
* Time to QC: Final conditioned image including auto-shuttering < 7 sec
* Refreshment cycle time: Exposure to expo- sure time < 5 sec
* Detector type: Wireless, single panel amorphous silicon detector with cesium iodide scintillator
* Detector size: 41cm x 41cm
* Detector imaging size: 2048 x 2048
* Pixels: >4 million
* Pixel pitch (microns; μm): 200
* Tomography: Yes
* DQE: DQE at 0 lp/mm is 68%
* Wireless Cassette w/detachable power cord: Yes
* Power requirements: 480 Vac, 3 phase, 60 Hz


Standards:
* Meet all FDA DXR standards.


Current Space Dimensions for Jicarilla Service Unit and Mescalero Service Unit:
* The dimensions of the rooms are - W-11Ft L-17'3" H-9'6"
* Both locations are currently using an overhead tube support
* The power system is 200A- 240V (at least)


The contractor shall furnish all parts, supplies, material, labor, equipment and supervision necessary to deliver and install a Medical Digital Radiographic System (X-Ray Systems):


Line item 0001: Two (2) Overhead Ceiling Mount Tube System, with elevating and floating table and chest stand.


***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the Buyer. Questions not received within a reasonable time prior to close of the solicitation may not be considered***


All responsible Offerors that respond to this solicitation must comply with the below terms and conditions may result in offer being determined as non-responsive.


Offerors shall submit proposals containing "all or none" responses. Partial orders and backordered offers will not be accepted.


Brand-Name or Equal will apply to this announcement; To be considered for award, offers of "equal" products, including "equal" products of the brand name must meet the salient physical, functional, or performance characteristic specified in this solicitation; to clearly identify the item by-Brand name, if any; and Make or model number.


New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and detail that time period.


Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.


The basis of award shall be the lowest price technically acceptable (LPTA) offer.


Quote MUST be good for 30 calendar days after close of solicitation.


This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.


The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.211-2 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-40 Providing Accelerated Payments to Small Business; FAR 52.247-32 F.o.b. Destination; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-33, 52.222-18, 52.223-1, 52.225-13, 52.232-33, 52.232-34, 52.232-36. To view the full text of the referenced FAR clauses offorers may be access the website at https://www.acquisition.gov/browsefar


Response time: Requests for quotation will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 1700 MT on 9/22/2017, to Cedric Wood, Contract Specialist, (505)256-6756 email; cedric.wood@ihs.gov.


Cedric A. Wood, Contract Specialist, Phone 505-256-6756, Fax 505-256-6848, Email cedric.wood@ihs.gov - Dawn A Sekayumptewa, Contracting Officer, Phone 505-248-4561, Fax 505-248-4641, Email dawn.sekayumptewa@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP