The RFP Database
New business relationships start here

SonoSite Edge II Ultrasound Imaging Equipment


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

DEPARTMENT OF VETERANS AFFAIRS
NETWORK CONTRACTING OFFICE (NCO) 16
OVERTON BROOKS VA MEDICAL CENTER

REQUEST FOR INFORMATION
36C25618Q9962
BACKGROUND:
The Department of Veteran Affairs, Overton Brooks VA Medical Center located at 510 E. Stoner Ave, Shreveport, Louisiana, has a requirement for the following brand name supplies:
Manufacturer
Stock #
Item Description
SonoSite
L21822
SonoSite S II Ultrasound System
SonoSite
P21607
MSK Worksheets (specific to the Musculoskeletal clinician that includes shoulder, knee, elbow, hand/wrist, ankle/foot, and hip worksheets)
SonoSite
P21609
Steep Needle Profiling Technology (SNP) Proprietary software
SonoSite
P21593
Color Application Package
SonoSite
P07693
HFL50x / 15-6 MHZ Transducer Biopsy Compatible HFL50x /15-6 MHz multi-frequency, broadband, 50 mm linear array transducer.
SonoSite
P07691
L25X / 13-6 MHZ Transducer Transverse Biopsy Compatible L25x /13-6 MHz multi-frequency, broadband, 25 mm linear array transducer.
SonoSite
L15800
EDGE Stand Ergonomic stand and mobile work platform for the EDGE, SonoSite EDGE II system and transducers. Complete with power supply, mini-dock and accessory basket. OEM peripherals include: B/W or color printer. Unable to use together.
SonoSite
P16535
Triple Transducer Connect (TTC) w/ quick disconnect Three-transducer module for mobile docking system that allows connection of up to three transducers simultaneously while the system is docked in the Stand.
SonoSite
P20516
SonoSite EDGE II Ultrasound System User Guide English
SonoSite
P21828
SonoSite EDGE II Ultrasound System Service Manual.
SonoSite
5-YR-WARRANTY
60 MONTHS - STANDARD COVERAGE WARRANTY

SALIENT CHARACTERISTICS:

1. Dimensions: 12.8 x 12.1 x 2.5 / 32.6 cm x 30.7 cm x 6.4 cm (L x W x H)
2. 9.21 lbs / 4.1.8 kg with battery, 8.37 lbs / 3.80 kg without battery
3. Monitor: 12.1 /30.7 cm diagonal LCD (NTSC or PAL) with chemically etched glass layer
4. Monitor Viewing Angle: 85 degrees up/down/left/right
5. System Boot up: < 25 seconds from power-on to scanning
6. Image Size: 185 mm x 138 mm
7. Screen Size: 12.1 (246 mm x 138 mm)
8. Screen Resolution: 800 x 600
9. Architecture: All digital broadband
10. Gray Scale: 256 shades
11. Dynamic Range Up to 165 dB
12. HIPAA Compliance: Comprehensive tool set
13. The system shall withstand a drop for a height of 3 feet/91.4. The system shall be safe and function normally after these drops.
14. Clinical display brightness: max 450 cd/m2, default (level 8) at 350 cd/m2


Warranty & Service

1. Five-year standard warranty on the system.
2. Five-year standard warranty on rP19x, rC60xi, ICTx, L38xi, L25x, HFL50x, HFL38xi, HSL25x, P10x, C35x and C11x transducers.
3. One-year standard warranty on battery and accessories carrying the manufacturer s label excluding the system.
4. Next business day loaner or replacement where available (Next-day shipping not available in all geographical locations).

REQUESTED RESPONSES:
The intent of this Request for Information is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following:
Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.

Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description.
If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.
Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI.

CONTACT INFORMATION AND RESPONSE DUE DATE:
Please email all responses to phyllis.shealey@va.gov. Please respond to this RFI no later than July 30, 2018, 1:00PM (CST).
DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.

Phyllis Shealey

phyllis.shealey@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP