THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.
No solicitation exists. Therefore, do not request a copy of a solicitation.
See instructions on page 7.
Medrad Stellant Flex CT Injection System with OCS (Brand Name Only)
INTRODUCTION/BACKGROUND:
The MEDRAD Stellant Flex CT Injection System with enables the flexibility of injecting contrast and saline-offering many clinical and workflow advantages, such as: using saline to perform a patency check, reducing image artifacts and providing brighter arterial imaging in CT.
OBJECTIVE:
The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center-Radiology Department Pittsburgh, PA hereby referred to as the VAMC Pittsburgh (646), is requesting the replacement of its current CT Contrast Injectors. The current equipment has entered the end-of-life stage, therefore the requirement is a Brand Name only acquisition of the following:
Medrad Stellant Flex CT Injection System with OCS
MAJOR REQUIREMENTS:
The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition:
Salient Characteristics
Contrast Delivery
Referrers rely on prompt, accurate diagnoses to guide therapy and enable improved patient outcomes. Precise contrast delivery is expected for consistency to allow optimal image quality.
Â
Protocol management and precise contrast delivery
Perform complex CTA and cardiac CT protocols
Create a tight contrast bolus
Enable precisely timed contrast delivery
Individualize contrast dose with Certegra P3T 2.0
Â
Dual syringe utilization benefits
DualFlow, simultaneous injection of contrast and saline in user-selected ratios can:
Enable better visualization of the right heart due to reduction of streak artifacts
Visualize the right coronary arteries and right ventricles in a single study by achieving more uniform attenuation
Workflow
Enhanced protocol management and injector design that enable efficiency improvements.
A simple workflow can help to save procedure time, avoid errors
Simple to use, automated injection system
Streamline workflow
Integrated saline test injection with real-time pressure monitoring
Snap-on/twist-off syringe design
Plungers automatically advance and retract when attaching and detaching syringes
Automatic filling and priming
Multiphase programming, including hold/pause feature
Programmable pressure limit
Accurate post-study documentation
Improve reporting accuracy
Achieve workflow efficiencies
Enables reduction of errors and information gaps
Multi-Patient Syringe System
Cost efficiency
Perform multiple studies with a single syringe kit (for up to 12 hours)
Recessed connections to avoid accidental contamination
Multi-patient tube for reuse plus single-patient tube that needs to be replaced after each study
Special check valves that prevent backflow from the patient
Scalability
Certegra P3T 2.0 Software recommending personalized injection protocols
Personalized patient protocols allow technologists to individualize contrast dose protocols individually at the point of care with ease
Abdomen studies
Pulmonary angiography studies
Cardiac studies
Â
Certegra Imaging System Interface (ISI) Scanner connectivity
Certegra ISI 700Â (for Philips scanners)
Certegra ISI 800Â (for Siemens and Toshiba scanners)
Certegra ISI 900Â (for Siemens, Toshiba, Hitachi and General Electric scanners)
Connect.CT sold as Philips SyncRight (for Philips scanners)
Â
Contrast Dose Management (CDM)
CDM automates documentation of contrast injection at the point of care and throughout the post-procedure workflow.
CDM provides tools to help drive efficiency, reproducible quality and personalized care
Auto-populate contrast injection records transferred to PACS, RIS and Speech Reporting (SR)
Achieve workflow efficiencies
Improve reporting accuracy
Automate documentation
Use data to inform improvement initiatives
Accelerate report turnaround time
Investigate and tie information to outcomes
Less time preparing for the injection and more time to focus on the patient and optimize procedure management
Seamless Network Communication with RadimetricsTM Enterprise Platform for Contrast Dose Management
Connect with the Radimetrics Enterprise Platform for automated documentation and viewable patient histories to enhance operational consistency
Convenience at Point of Care
On-board eGFR and Weight Based Dosing Calculators, an Injection Pressure Graph and independent Test Inject and KVO functions are convenient features located right on the Injection System
Accurately capture contrast information at the source and automatically populate workstation data fields with the Barcode Reader
Real-time Support
Connect to VirtualCARE Remote Support for advanced injector system diagnostics, seamless software updates and fast repairs
Deliver with Confidence in Quality
The next generation in MR consumables Bayer stands behind. Designed, tested and warranted as part of the Total MR SMART Injection System
Improved Efficiencies
For Workflow and Automated Fluid Delivery
Snap-on/twist-off syringe design
Automatic plunger advance and retract when attaching and detaching syringes
Automatic filling and priming
Injection pressure graph
Personalized Care
Through Convenience at Point of Care
Patient-Centric workflow design
Modality worklist connectivity
Protocol storage/retrieval
On-board eGFR and Weight Based Dosing Calculators
Injection enabled when head is tilted down
Reproducible Quality
To Enhance Operational Consistency
Proven company track record of design and performance
Automated data capture
Interface with PACS/RIS/SR
Export DICOM secondary capture to PACS
Mechanical Specifications
Dual Injector Head
Height 15.5 cm (6.1 )
Width 30.7 cm (12.1 )
Depth 36.8 cm (14.5 )
Weight 8.1 kg (17.9 lb.) (without syringe)
Base Unit
Height 29.2 cm (11.5 )
Width 27.9 cm (11.0 )
Depth 22.2 cm (8.8 )
Weight 6.2 kg (13.6 lb.)
Certegra Workstation (CWS)
Height 34.2 cm (13.5 )
Width 40.0 cm (15.8 )
Depth 30.0 cm (10.2 )
Weight 8.0 kg (17.6 lb.)
Injection Specs
Flow rate (range & increments)
0.1 10 mL/sec in 0.1 mL increments
Volume (range & increments)
1 mL to syringe capacity in 1 mL increments
Programmable pressure limit (psi/kPa)
200 mL syringe: 325 psi, 2241 kPa
Scan delay
0 300 seconds (5 minutes) in 1 second increments
Pause
1 900 seconds (15 minutes) in 1 second increments
Hold
Maximum HOLD time is 20 minutes
Syringes (volume capacity)
200 mL sterile disposable syringe
Maximum number of phases
6
Electrical requirements (VAC/Hz)
100 240 VAC, 50/60 Hz, 300 Volts-AMPs
Syringe heat maintainer
35 degrees C ±5 degrees, 95 degrees F ±9 degrees
Head mounting options
Overhead counterpoise system or floor pedestal (floor pedestal includes an integral IV pole)
DualFlow
Simultaneous injection of contrast and saline is integrated in the CWS and included
Certegra P3T Cardiac Application
Cardiac CTA Protocol Optimization Software
Certegra P3T Abdomen Application
Abdominal Protocol Optimization Software
Certegra P3T Pulmonary Angiography Application
Pulmonary Angiography Protocol Optimization Software
Informatics Starter Package
Access to modality worklist and database of injections
PACS Outbound Interface
Send secondary capture of contrast injection to PACS
RIS Outbound Interface
Send contrast injection information to RIS
Speech Recognition Outbound Interface
Send contrast injection information to Speech Recognition System
Imaging System Interfacing (ISI)
Several types of interfacing with the scanner
VirtualCare
Remote service on the injector and software to ensure faster uptime
Table
Line Item
Part No.
Description
Qty
0001
Stellant Flex OCS
Medrad Stellant Flex OCS CT Injection System
1
0002
INS SCT FLEX CS
Installation-Medrad Stellant Flex OCS CT Injection System-Overhead Counterpoise System
1
0003
FLEXD-200-SCS
2-200 ml FLEX syringes, 60 patient Tubing with T-connector, 1 large saline spike and 1 small contrast spike/20 per box
1
0004
Flex OCS
Medrad Stellant Flex OCS CT Injection System
1
0005
CDM-POC-FLEX-Package
Contrast Dose Management Certegra CT Point of Care software
1
0006
INS SCT FLEX CS IN
Installation Medrad Stellant FLEX CT Injection System with Informatics - OCS Mount
1
0007
MIS SVS INT -
Package
Contrast Dose Management Certegra Point of Care software implementation fee
1
0008
CDM-PACS-2 -
Package
Contrast Dose Management Outbound PACS interface
1
0009
MISP3TA - Package
Certegra Patient Weight Dosing Software - Abdomen Application
1
0010
MISP3TPA -
Package
Certegra Patient Weight Dosing Software - Pulmonary
Angiography Application
1
0011
MIS SVS INT-1D
Contrast Dose Management interface implementation fee
1
0012
FLEXD-200-SPK
2-200 ml FLEX syringes, 60" patient Tubing with T-connector, 2 sterile spikes / 20 per box
1
The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees.
POINT OF CONTACT (POC):
The identified POC and technical representative for this acquisition is:
Name: Kelley Burkhouse
Phone Number: 412-360-6541
Email: Kelley.burkhouse@va.gov
"No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."
REPORTS/DELIVERABLES:
Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes.
Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service.
REQUEST FOR INFORMATION INSTRUCTIONS:
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/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 mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334510 (size standard of 1250 employees). Please answer the following questions:
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.)?
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.
Does your company exceed 500 employees;
Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;
Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;
Obtained an individual or class waiver?
If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?
General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?
Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
Please provide your DUNS number.
This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on February 11, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line.
All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.
Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer.
If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov.
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. 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.