The RFP Database
New business relationships start here

IMPAX Workstations and PACS integration, migration and implementation


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

THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

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. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334517 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide additional interfaces, integration of new IMPAX workstations and Picture Archive and Communication Systems (PACS), software migration, purchase of additional workstation hardware & software, and implementation services that at a minimum meets the following salient characteristics with a commercial product, brand name or equal, for the VA San Diego Healthcare System:

Product Information:

Manufacturer: Agfa Healthcare Corporation.

LHA5L PACS OTH. APPLIC.SUPPORT: PACS OTH.
APPLIC.SUPPORT (IMPAX desktop
integration - PowerScribe 360) 3 EA

XGCCR IMPAX SVC UPG DESKTOP INTEGRATION:
An IMPAX desktop integration upgrade
provides the same functionality as for
the existing desktop integration, to
additional client workstations. The
accompanying Software Only Plus
maintenance contract provides
sustaining engineering of the
integration as new releases of Agfa
PACS are introduced, to cover the
expanded integration scope.
Integration modification required due
to changes made to the third party
product including upgrades, is not
covered by the Software Only Plus
maintenance agreement. 4 EA

LHA5L PACS OTH. APPLIC.SUPPORT: PACS OTH.
APPLIC.SUPPORT (IMPAX desktop
integration - TeraRecon) 3 EA

XGCCR IMPAX SVC UPG DESKTOP INTEGRATION:
An IMPAX desktop integration upgrade
provides the same functionality as for
the existing desktop integration, to
additional client workstations. The
accompanying Software Only Plus
maintenance contract provides
sustaining engineering of the
integration as new releases of Agfa
PACS are introduced, to cover the
expanded integration scope.
Integration modification required due
to changes made to the third party
product including upgrades, is not
covered by the Software Only Plus
maintenance agreement. 4 EA

XJEYR HPI NO ADAPTERS NEEDED OPTION FIO Z4
G4: HPI Z4 G4 NO ADAPTERS NEEDED
OPTION 4 EA

XJEZT HPI MISC CONVERT TPM TO 1.2 FIO Z4
G4: HPI MISC CONVERT TPM TO 1.2 4 EA

XHE3R HPI NO INTEGRATED GRAPHICS FIO Z4 G4 4 EA

XHEWE HPI LOCALIZATION KIT USA FIO FOR Z4
G4: HPI Localization Kit USA FIO for
Z4 G4 4 EA


53SE6 HP USB Standard Keyboard USA: HP USB
Standard Keyboard US 4 EA


XHE1N HPI 3/3/3 USA FIO for Z4 G4 4 EA

XHGSE CDW HW LOGITECH G403 PRDGY GAMING
MOUSE 4 EA

5QTLR APC UPS 1300VA: UPS for one Small
Workflow Manager, DS, CS, TS, OT,
Basix server, or CM. APC BACK-UPS
1300VA/780 Watts 120V (model BR1300G)
Contains (5) NEMA 5-15R output
connections for battery backup and (5)
NEMA 5-15R output connections for
surge protection Input 120V/60 Hz, 6
foot cord with NEMA 5-15 plug 4 EA

5W3SQ Phillips SpeechMike III Pro Premium
Push-Button (LFH3500): Phillips
SpeechMike III Pro Premium with
push-button. Model number LFH3500. For
use with Talk 4.0 and 4.1. 4 EA

XH44Q HPI W10 PRO 64 WKST TO W7 PLUS AMS
Z4 G4 4 EA

59CET BARCO EONIS MDRC-2224BL MK2 LED
BLACK: Barco Eonis colour 24"" LED 2MP
clinical display, single head, single
stand, black 4 EA

XHD4P HPI Z4 G4 8-CORE CPU 32GB MEM 256GB
SSD: HPI Z4 G4 with 8-Core CPU, 32GB
Memory, 256GB SSD 4 EA

XB6H8 BARCO COR FUS C LED 6MP 1H1F
MXRT5600: Barco Coronis Fusion colour
6MP single head, single stand,
including the MXRT-5600 display
controller. Setup as 2x3MP for our
Enterprise Imaging and IMPAX
applications. 4 EA

Platform Infrastructure
(Workstations) 1 EA

Background Information:
The agency currently owns several IMPAX workstation currently in use to treat patients. Radiology has an immediate need to expand their imaging reading IMPAX workstations. The IMPAX workstations are intended for the storage, reading, diagnostic review, analysis, annotation, distribution, printing, editing and processing of digital images and data acquired from diagnostic imaging devices such as Computed Tomography (CT), Magnetic Resonance (MR), Computed Radiography (CR), Digital X-ray (DX), Digital Mammography (MG), Ultrasound (US), Nuclear Medicine (NM), Positron Emission Tomography (PET), X-ray angiography (XA), Radiotherapy (RTR), Electrocardiogram (ECG) and any other Digital Imaging and Communication in Medicine (DICOM) devices.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to edgar.alvizar@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday July 24, 2019 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Edgar Alvizar
Contracting Officer

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP