This document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," issued by the Department of Veterans Affairs, National Acquisition Center. The solicitation number is 36A79725Q0011, with an offer due date of January 14, 2026, at 11:59 PM CST. It is an unrestricted acquisition for "SEP 2025 Equipment Only Consolidation" with NAICS code 334517 and a size standard of 1200 employees. The document references several attached documents, including an RFO, schedules of supplies/services, and various vendor-related spreadsheets and directives, indicating a comprehensive request for proposals for equipment consolidation. Payment will be made by the Department of Veterans Affairs, National Acquisition Center, and contractors are required to sign and return copies to the issuing office upon award.
This document is Amendment 0001 to Solicitation 36A79725Q0011, titled "SEP 2025 EQUIPMENT ONLY CONSOLIDATION," issued by the Department of Veterans Affairs, National Acquisition Center. The amendment, effective October 29, 2025, primarily serves to attach a corrected SF1449 form. Offerors are instructed to replace the original SF1449 posted with the solicitation with this corrected version. The amendment specifies methods for acknowledging receipt, including completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
This document is Amendment 0002 to Solicitation Number 36A79725Q0011, issued by the Department of Veterans Affairs, National Acquisition Center. The amendment, effective December 17, 2025, pertains to the "SEP 2025 EQUIPMENT ONLY CONSOLIDATION" project. It indicates that the solicitation is amended as set forth in Item 14, but the hour and date for receipt of offers are not extended. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer. The document references several attached documents, including an "Amendment 0002 - Continuation Page," "SEP 2025 EQ Consolidation - Schedule of Line Items w QA _ HTM," and various other attachments detailing specific equipment. The amendment modifies the original solicitation, with all other terms and conditions remaining unchanged.
This document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," issued by the Department of Veterans Affairs, National Acquisition Center. The solicitation number is 36A79725Q0011, with an offer due date of January 14, 2026, at 11:59 PM CST. It is unrestricted and set aside for various small business categories including Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, EDWOSB, and 8(A). The NAICS code is 334517 with a size standard of 1200 employees. The acquisition is for "SEP 2025 EQIPMENT ONLY CONSOLIDATION" and includes several attached documents detailing the schedule, line items, and other relevant information. Payment will be made by the Department of Veterans Affairs, National Acquisition Center, and invoices should be submitted to the same address. The document outlines the terms and conditions for contractors to provide the specified items, with references to FAR clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5. It also includes sections for contractor and contracting officer signatures to finalize the award.
The Department of Veterans Affairs (VA) National Acquisition Center has issued a Presolicitation Notice (36A79725Q0011) for the "SEP 2025 Equipment Only Consolidation." This notice, with a contracting office zip code of 60141, falls under Product Service Code 6525 and NAICS Code 334517. The response deadline is January 14, 2026, at 11:59 PM Central Time. Interested parties can find additional details in the attached "Pre-Solicitation Notice - SEP 2025 EQ Only Consolidation" and "SEP 2025 EQ Consolidation - Schedule of Line Items." The point of contact for this solicitation is Contract Specialist Teresa Rogofsky, who can be reached at Teresa.rogofsky@va.gov or 708-786-4935. This presolicitation aims to inform potential vendors about an upcoming opportunity for equipment consolidation.
This document outlines the requirements for a Radiographic Systems: Digital RFP for the VA Maine Healthcare System, specifically for the VA Lewiston CBOC. The RFP details leased building room specifications, technical requirements for the digital radiographic system including detector configurations, unit physical specifications, and additional features. It also covers workstation and software requirements, emphasizing PACS compatibility with Carestream and VA VistA Imaging, and security features. The proposal mandates clinical training for technologists and technical training for biomedical technicians, along with service requirements such as VPN/remote access for diagnostics and a minimum one-year warranty. Vendors are encouraged to propose added value, like extended warranties, and must provide specific documentation, including product brochures and technical specification sheets. The RFP also notes an existing Philips Medical Systems, Inc. Digital Diagnost unit available for trade-in.
The VA Maine Healthcare System seeks a contractor to furnish and install a digital radiographic table system at the VA Lewiston CBOC. The system must meet specific physical and technical requirements, including room dimensions, power, digital detector configuration with fixed wall and table detectors, and an additional wireless detector. Key technical specifications include an 80kW generator, 50-150kV voltage range, and a 550 lbs patient table capacity. The system needs advanced features like a high-frequency generator, automatic dose rate control, and post-processing image enhancement. Workstation and software requirements include a 21-inch touchscreen monitor, bone suppression, and dose reduction/reporting capabilities. Security, connectivity (DICOM, PACS compatibility), and comprehensive training for technologists and biomedical technicians are mandatory. The contract also requires a one-year warranty, remote diagnostic services, and documentation. Added value offerings like extended warranties are encouraged, and trade-in of an existing Philips Medical Systems Digital Diagnost is requested.
The VA Maine Healthcare System is seeking a Radiographic table system with three detectors for routine diagnostic x-ray procedures at 15 Challenger Dr, Lewiston, ME 04240. The RFP outlines detailed leased building room requirements (e.g., dimensions, power, HVAC) and extensive technical specifications, including digital detector configuration (fixed wall and table detectors, one additional wireless detector), unit physical specifications (generator output, voltage, spatial resolution, image display time, tube and image plate height, table load capacity, tilt ranges), and additional features like a high-frequency generator, protective covers, charging stations, and various image enhancement capabilities. Workstation and software requirements include a minimum 21-inch touchscreen monitor, UPS, bone suppression, multiple image processing algorithms, dose reduction, repeat rate tracking, and dose reporting. Security and connectivity demand an OEM-supported OS, encrypted hard drive, and PACS compatibility (Carestream, VA VistA Imaging, DICOM). Training requirements include on-site clinical training for technologists with CE credits and optional off-site biomedical technician training. Service requirements specify VPN/remote access for diagnostics and detailed operator/service manuals. A minimum one-year warranty covering parts, labor, and PMs is required. Vendors are encouraged to offer added value like extended warranties. The RFP also details a trade-in for an operational Philips Medical Systems Digital Diagnost unit.
This document outlines the VA Maine Healthcare System's requirements for a new digital radiographic table system for the VA Lewiston CBOC at 15 Challenger Dr, Lewiston, ME 04240. The system must include three detectors (fixed wall, fixed table, and one wireless) and meet specific room dimensions (9x20x14 ft), power (480V, 3-phase, 100A), and HVAC (400CFM at 55°F) requirements. Key technical specifications include an 80kW generator, 50kV voltage range, 3.2 lp/mm spatial resolution, and a 550 lbs patient table load capacity. The system needs a high-frequency generator with automatic dose rate control, an overhead tube mount, and bucky tracking. Software requirements include bone suppression, dose reduction, repeat rate tracking, dose reporting, and security features. The system must be PACS compatible (Carestream and VA VistA Imaging) and include on-site clinical training for six technologists, with CME credits. A one-year warranty, remote diagnostic capabilities, and provision of operator and service manuals are also required. The RFP encourages proposals with added value, such as extended warranties, and includes a Philips Medical Systems, Inc. Digital Diagnost system (asset #44481, serial #13000356) for trade-in.
The VAMC Togus, Station 402, VISN 1, in Augusta, ME, requires one ultrasound scanning system for transperineal and transrectal prostate exams within the Urology Department. The system must include software and probes for urinary system analysis and be compatible with Uronav. Key technical specifications include a minimum 21-inch screen, various scanning and Doppler modes, and specific control panel features like a physical keyboard and touchscreen. The system needs analytical packages for prostate and biopsy procedures and must come with multiple transducers with defined frequency ranges. Advanced features like MRI/ultrasound image fusion, real-time needle tracking, and biopsy planning templates are also required. Security measures include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Carestream. Training for clinical applications and biomedical technicians is mandatory, along with a one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer additional value such as extended warranties or remote diagnostic programs. The VA has no trade-in units or ancillary equipment.
The VA Maine Medical Center in Togus, ME (VISN 1, Station 402) requires one advanced Ultrasound scanning system for transperineal and transrectal prostate exams, compatible with Uronav. Key technical specifications include a 21-inch screen, various scanning modes (2D, 3D, Doppler, Image Fusion), and advanced analysis packages for urology and biopsies. The system must feature a physical and touchscreen keyboard, multiple transducer ports, and specific transducers for different frequency ranges. Advanced features like Fusion-Targeted Biopsy System and real-time needle tracking are essential. Security requirements include an OEM-supported OS, encrypted hard drive, DICOM compliance, and wireless PACS connectivity (VA VistA Imaging and Carestream). The procurement mandates on-site clinical training for physicians, detailed biomedical technician training, and a one-year warranty with remote diagnostic services. Vendors should also provide operator and service manuals. Added value offerings like extended warranties are encouraged.
The Cheyenne Veterans Affairs Medical Center requires a replacement bone densitometer to support its women's healthcare initiative, as the current unit is past its life expectancy. The new densitometer must integrate with AGFA Enterprise Imaging v.9 and meet specific technical, migration, security, and connectivity requirements. Key technical specifications include maximum scan times for various body parts, minimum monitor size of 24 inches, and a minimum patient table load capacity of 500 lbs. The system must also be a fan beam system with auto-generated reports, multiple beam angle options, radiation dose reduction, and various assessment software. Migration requires on-site transfer of 5GB of existing studies, project management, technical resources, and necessary hardware. Security and connectivity mandate an OEM-supported OS, encrypted hard drive, PACS compatibility with VA VistA Imaging and Agfa Enterprise v9, and wireless connectivity with FIPS 140-2 or 140-3 compliance. Training includes on-site clinical applications for technologists with CME credits and optional off-site biomedical technician training. The warranty must cover one year, with added value for extended warranty and post-warranty remote diagnostics. Trade-in is available for an operational GE Prodigy Advance densitometer.
The Cheyenne Veterans Affairs Medical Center requires a replacement bone densitometer to support its women's healthcare initiative, as the current unit is past its life expectancy. The new densitometer must integrate with AGFA Enterprise Imaging v.9 and meet specific technical requirements, including scan times, patient table capacity, system dimensions, and hard drive storage. Additional specifications include a fan beam system, mobile workstation, UPS, printer, and various software capabilities for reporting and assessment. Migration of 5GB of existing studies, on-site, is crucial, along with project management and technical support. Security requirements emphasize an OEM-supported OS, latest DICOM standards, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Agfa Enterprise v9. On-site clinical training for five technologists, including follow-up and CME credits, is mandatory. Biomedical technician training information must also be provided. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred added values include an extended warranty and post-warranty remote diagnostic service. The RFP also details required documentation and a trade-in option for the existing GE Prodigy Advance densitometer.
The Cheyenne Veterans Affairs Medical Center (VAMC) is seeking proposals for a new bone densitometer to replace an outdated unit, supporting its women’s healthcare initiative. The required system must integrate with AGFA Enterprise Imaging v.9 and meet specific technical, migration, security, connectivity, and training requirements. Key technical specifications include maximum scan times for various body parts, minimum patient table load capacity, maximum table height, minimum monitor size, minimum hard drive storage, and maximum system dimensions and weight. The densitometer must be a fan beam system with a mobile workstation, UPS, printer, and advanced software features like customizable reports, radiation dose reduction, future fracture risk, and various assessment tools. Migration requirements include on-site transfer of 5GB of existing studies, project management, technical resources, and necessary hardware. Security and connectivity mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS integration with VA VistA Imaging and Agfa Enterprise v9, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and Agfa Dosemonitor capability. Training requires on-site clinical applications for five technologists with CME credits and accommodation for shifts, plus optional off-site biomedical technician training. Vendors should offer added value such as extended warranties, post-warranty remote diagnostics, and long-range version plans. Trade-in is offered for an operational GE Prodigy Advance densitometer. Required documentation includes operator/service manuals, product brochures, and security forms.
The Cheyenne Veterans Affairs Medical Center requires a replacement bone densitometer to support its women's healthcare initiative, as the current unit is past its life expectancy. The new densitometer must integrate with AGFA Enterprise Imaging v.9 and meet specific technical requirements, including scan times, patient table capacity, monitor size, hard drive storage, and system dimensions. Additional specifications include a fan beam system, mobile workstation, UPS, printer, and various specialized software for bone and fracture risk assessment. Migration of existing studies, project management, and technical resources are required. The system must also comply with stringent security and connectivity standards, including OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA Imaging and Agfa Enterprise v9), and wireless connectivity (FIPS 140-2/3 compliant). Training for clinical technologists (on-site, follow-up, and CME eligible) and optional off-site biomedical technician training are also part of the requirements. The vendor must provide VPN/remote access for service, operator and service manuals, and a one-year warranty including parts, labor, and PMs. The VA Medical Center is offering a GE Prodigy Advance densitometer for trade-in.
The Cheyenne Veterans Affairs Medical Center is seeking a bone densitometer for its Northern Colorado VA Clinic to support the women's healthcare initiative. This Request for Proposal (RFP) outlines technical, migration, security, and training requirements for the new densitometer, which must integrate with AGFA Enterprise Imaging v.9. Key specifications include maximum scan times for various body parts, minimum monitor size, patient table load capacity, and system dimensions. The densitometer must also be a fan beam system with features like auto-generated reports, multiple beam angle options, radiation dose reduction, and specialized software for fracture risk and bone assessment. Migration of existing studies, project management, and technical resources are required. Security mandates include an OEM-supported operating system, encrypted hard drive, and compatibility with VA VistA Imaging and Agfa Enterprise v9. Training for clinical staff and biomedical technicians, along with a one-year warranty, are essential. Vendors are encouraged to offer added value such as extended warranties or remote diagnostic services.
The Cheyenne Veterans Affairs Medical Center requires a bone densitometer for its Northern Colorado clinic to support women's healthcare. This densitometer must integrate with AGFA Enterprise Imaging v.9 and include specific technical features such as a maximum whole body scan time of 345 seconds, a minimum patient table load capacity of 350 lbs, a 24-inch monitor, and a 500GB hard drive. Additional specifications include a fan beam system, mobile workstation, UPS, printer, and various software for bone health assessments. The project requires migration of 5GB of existing studies, project management, technical resources, and hardware for migration. Security and connectivity mandate an OEM-supported operating system, latest DICOM functionalities, encrypted hard drive, PACS compatibility with VA VistA Imaging and Agfa Enterprise v9, wireless connectivity, and Agfa Dosemonitor compatibility. Training for 5 technologists is required on-site, with follow-up sessions and CME credits. Biomedical technician training information is also requested as an optional item. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Added value offerings like extended warranty and a post-warranty remote diagnostic service program are encouraged. No trade-in units are available.
The Cheyenne Veterans Affairs Medical Center, Northern Colorado clinic, requires a bone densitometer to support its women's healthcare initiative, integrating with AGFA Enterprise Imaging v.9. The request for proposal outlines detailed technical specifications for the unit's physical dimensions, scan times, patient table capacity, and system features like fan beam technology, mobile workstation, and various assessment software. Additionally, the RFP specifies migration requirements, including on-site transfer of existing studies and project management support. Security and connectivity mandates include an OEM-supported operating system, encrypted hard drive, and compatibility with PACS (VA VistA Imaging, Agfa Enterprise v9) and Agfa Dosemonitor. Training requirements cover on-site clinical applications for technologists with CME credits and optional off-site biomedical technician training. Added value considerations include extended warranties and remote diagnostic services. The vendor must provide comprehensive documentation, including operator and service manuals, product brochures, and support information, while adhering to specific formatting and content guidelines in the compliance matrix.
The Cheyenne VA Medical Center requires a bone densitometer for its Northern Colorado clinic to support women's healthcare, integrating with AGFA Enterprise Imaging v.9. The technical specifications include a fan beam system, mobile workstation, UPS, printer, and various software for bone health assessments (e.g., total body, hip, spine, fracture risk). Migration of 5GB of existing studies, project management, and technical resources are required. Security demands an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA and Agfa Enterprise v9), and FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for 5 technologists with CME credits and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics and a one-year warranty covering parts, labor, and PMs. Preferred added values include extended warranty and a post-warranty remote diagnostic service program. The VA has no trade-in units.
This government file outlines the detailed requirements for a new ultrasonic scanning system for the Diagnostic Radiology department at the Fargo VA Health Care System's Fergus Falls CBOC. Key technical specifications include a minimum 21.5-inch screen, 720-degree monitor rotation, four transducer ports, and various scanning modes like 2D, 3D, and Doppler displays. The system must support advanced features like image fusion, needle enhancement, and extensive analysis packages for different medical specialties. Connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and secure wireless access. The request also details comprehensive training for technologists and physicians, a one-year warranty covering all parts and labor, and documentation requirements including operator and service manuals. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic services, though these are not mandatory. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and detailed technical training information.
The Fargo VA Health Care System—Grand Forks CBOC requires one ultrasonic scanning system for Diagnostic Radiology. The system must meet detailed technical specifications, including physical dimensions, weight, screen size, monitor/control panel rotation, four transducer ports, and a minimum 30-minute battery life. It must support various scanning modes (2D, 3D, 4D, M-Mode, Doppler), multiple Doppler displays, and advanced control panel features like a physical keyboard and touchscreen. Additional requirements include image annotation, one-button optimization, programmable protocols, PACS compatibility, and needle enhancement. The system must include specific analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, obstetric) and six types of transducers with defined frequency ranges. Security and connectivity features mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training requirements involve on-site clinical application training for four technologists and physicians, with CME credits for technologists, and optional biomedical technician training. Service demands a one-year warranty, remote diagnostic programs, and provision of operator and service manuals. Preferred added value includes extended warranty and a post-warranty remote diagnostic service program. The VA has no trade-in equipment.
The government file is an RFP for Digital Radiographic Systems for the Bismarck, ND VA clinic. It outlines comprehensive technical requirements for wall and table detectors, including wireless capabilities and specific dimensions and weights. The system must meet detailed physical specifications for generator output, voltage, patient table capacity, and various operational features like automatic collimation and auto-positioning. Workstation requirements include a minimum of one 21-inch monitor and a 250 GB hard drive, with UPS and direct image sending capabilities. Software must support stitching, bone suppression, and multiple image processing algorithms, along with robust security and connectivity features like PACS compatibility and encrypted hard drives. Training requirements cover clinical applications for technologists and biomedical technician training, including continuing education credits. Service requirements emphasize VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings like extended warranties and a post-warranty remote diagnostic service program are encouraged but not mandatory. The RFP also lists various documentation required from vendors, such as product brochures, technical specifications, and security certifications. There are no trade-in units from the VA.
VISN 23 in Fargo, ND, is seeking bids for one Digital Radiography System for general diagnostic imaging at the Bismarck, ND VA clinic. The request for proposal (RFP) outlines detailed technical specifications, including wireless and fixed digital detectors with specific size and weight requirements, an 80 kW generator, and advanced features like automatic dose rate control and auto positioning. The system must include one acquisition workstation and software capabilities such as image stitching, bone suppression, and dose reduction tracking. Security requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA PACS and AGFA Dose Tracking System. The RFP also specifies comprehensive training for technologists and biomedical technicians, a minimum one-year warranty, remote diagnostic services, and required documentation. Added-value offerings, such as extended warranties and larger monitors, are encouraged but not mandatory.
This document outlines the technical, training, security, and service requirements for Digital Radiography Systems for VISN 23, specifically for the Bismarck, ND VA clinic. The primary purpose is to solicit proposals for one Digital Radiography System for general diagnostic imaging. Key technical specifications include wireless wall and table detectors (17x17 inches), an additional 10x12 inch wireless detector, a minimum generator output of 80 kW, and a patient table load capacity of at least 600 lbs (static) and 400 lbs (dynamic). The system must have one acquisition workstation with a 21-inch monitor and a 250 GB hard drive, along with various software features like stitching and bone suppression. Training requirements include on-site clinical applications training for technologists and detailed biomedical technician training. Service requirements emphasize VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Preferred added-value items include extended warranty and a post-warranty remote diagnostic service program. The proposal also mandates specific documentation submissions, such as product brochures and technical specification sheets, to ensure comprehensive evaluation.
VISN 23 is soliciting proposals for one Digital Radiography System for general diagnostic imaging at the Bismarck, ND VA clinic. The system requires wireless wall and table detectors (17x17 inches, max 11 lbs), plus one additional wireless detector (10x12 inches, max 8 lbs). Key technical specifications include an 80kW, 3-phase generator (50-150 kV, 800-1000 mA), 2.0 lp/mm spatial resolution, and a patient table with 600 lbs static/400 lbs dynamic capacity. Additional features include a high-frequency generator with automatic dose rate control, flat-panel Cesium Iodide detectors, overhead tube mount, bucky tracking, and various automation features for patient positioning and dose reduction. Workstation requirements include at least one 21-inch monitor with a 250GB hard drive and UPS. Software must support stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Connectivity demands DICOM compliance, encrypted hard drive, and PACS/VA VISTA Imaging/AGFA Radiation Dose Monitoring integration. Training includes on-site clinical application training for technologists (with CMEs) and optional off-site biomedical technician training. A one-year warranty covering parts, labor, and PMs is required, with options for extended warranty and remote diagnostic service. No trade-in units are offered. Submissions must include various forms, product brochures, technical sheets, and support information.
The government file details a Request for Proposal (RFP) from VISN 23 for a Digital Radiography System for the Brainerd, MN VA Community Based Outpatient Clinic. The RFP outlines comprehensive technical specifications for the system's digital detectors (wireless and fixed 17x17), physical attributes (generator output, patient table capacity), and additional features like wireless detector accessories and automated functionalities. It also specifies requirements for workstations (minimum 21-inch monitor, 250GB hard drive), software (stitching, bone suppression, dose reduction), security (encrypted hard drive, PACS compatibility), and training for both clinical staff and biomedical technicians. The document emphasizes the need for remote diagnostic services, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value such as extended warranties or larger workstation monitors. The RFP also includes trade-in information for existing Philips Healthcare equipment and mandates the submission of various supporting documents, including technical specifications and security certifications.
VISN 23 is seeking proposals for one Digital Radiography System for general diagnostic imaging at the Brainerd, MN VA Community Based Outpatient Clinic. The system requires a wireless wall detector (minimum 17x17 inches, max 11 lbs) and specific generator outputs (80 kW, 3 phases, 50-150 kV, 800-1000 mA exposure). Key features include a high-frequency generator, flat-panel wireless detector with protective cover, charging station, grid attachments, and various patient positioning and dose reduction functionalities. Workstation requirements include at least one 21-inch monitor with a 250 GB hard drive and UPS. Software must support stitching, bone suppression, multiple image processing algorithms, and dose monitoring/reduction. Security features require an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS integration. Training includes on-site clinical applications for technologists with CME credits, and optional off-site biomedical technician training. The system must have a one-year warranty covering parts, labor, and PMs, with options for extended warranty and post-warranty remote diagnostics. Trade-in of a Philips Healthcare Digital Diagnost C90 is available, and offerors must provide various documentation including pre-procurement assessment and product brochures.
The government file is an RFP for a Digital Radiography System for the Brainerd, MN VA Community Based Outpatient Clinic. It details technical specifications for digital detectors (wall and table), unit physical specifications (generator output, patient table capacity), and additional features like wireless detectors and automatic positioning. The RFP also outlines workstation and software requirements, including PACS compatibility and dose reduction capabilities. Security requirements cover OEM-supported operating systems and encrypted hard drives. Training requirements specify on-site clinical and biomedical technician training, with options for off-site training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. The document also lists "added value" preferences, such as extended warranties and larger workstation monitors, and outlines required documentation like product brochures and technical specification sheets. It also mentions a Philips Healthcare Digital Diagnost C90 system available for trade-in.
This document outlines the technical specifications and service requirements for the VISN 23 request for proposal (RFP) to purchase one Digital Radiography System for the Brainerd, MN VA Community Based Outpatient Clinic. The system must include a wireless wall detector (17x17 in, max 11 lbs), a fixed table detector (17x17 in, max 11 lbs), and one additional wireless detector (10x12 in, max 8 lbs). Key technical requirements include an 80 kW, 3-phase generator (50-150 kV, 800-1000 mA), a patient table with 600 lbs static and 400 lbs dynamic capacity, and various features like automatic collimation, dose reduction, and Cesium Iodide detectors. Workstation and software requirements specify a 21-inch monitor, 250 GB hard drive, stitching, bone suppression, and dose monitoring/reduction capabilities. Security and connectivity demand OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS integration. Training includes on-site clinical applications for technologists and optional off-site biomedical technician training. Service mandates VPN/remote access, operator/service manuals, and a one-year warranty. Added value considerations include extended warranties and a barcode reader. Trade-in of a Philips Healthcare Digital Diagnost C90 is also part of the proposal.
This government file outlines the technical specifications, service, training, security, and connectivity requirements for the procurement of a Digital Radiography System for the Brainerd, MN VA Community Based Outpatient Clinic under VISN 23. The system needs to support general diagnostic imaging and include all necessary equipment, accessories, installation, training, and project management. Key technical requirements include specific digital detector configurations (wireless wall and fixed table detectors, both 17x17 inches, plus an additional 10x12 inch wireless detector), generator output, spatial resolution, and patient table load capacities. The document also details comprehensive software capabilities like image stitching, bone suppression, and dose monitoring, alongside security features such as an OEM-supported operating system and PACS compatibility. Training requirements encompass on-site clinical and biomedical technician training, with an emphasis on continuing education credits for technologists. Service expectations include VPN/remote access, detailed manuals, and a one-year warranty, with preferred added-value options such as extended warranties and post-warranty remote diagnostic programs. The file also lists other required documentation and outlines conditions for a trade-in of an existing Philips Healthcare Digital Diagnost C90.
This document outlines the technical specifications and service requirements for a Digital Radiography System for the Brainerd, MN VA Community Based Outpatient Clinic. Key technical requirements include specific digital detector configurations (wall, table, and additional wireless detectors), generator output, patient table load capacity, and various additional features like wireless detector untethering, automatic dose rate control, and auto-positioning. Workstation and software requirements specify acquisition workstations, imaging algorithms (stitching, bone suppression), and dose monitoring. Security and connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA PACS and dose tracking systems. The RFP also details clinical and biomedical technician training, VPN/remote access, and service/operator manuals. A one-year warranty including parts, labor, and PMs is mandatory. Added value offerings such as extended warranties and larger monitors are encouraged. The document also includes requirements for submitting various forms and documentation, and outlines trade-in details for an existing Philips Healthcare Digital Diagnost C90 system.
The government file details the technical, training, service, and security requirements for an ultrasonic system for the Fargo VA Health Care System – Fergus Falls CBOC, Radiology Department. Key technical specifications include a minimum 21.5-inch active screen, 720-degree monitor rotation, 4 transducer ports, and various scanning modes (2D, 3D, 4D, Doppler). The system must also have a physical and touchscreen keyboard, image optimization, programmable protocols, and PACS compatibility. Required transducers include El17-4 EMT, L12-3 linear, C5-1 curved linear, 3D9-3v curved, mC7-2 convex, and mL26-8 micro linear. Training requirements involve on-site clinical applications for technologists and physicians, with CME credits. Service mandates VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional requirements include product brochures, technical specification sheets, and support information. The VA has no trade-in units.
The document outlines the technical requirements for an ultrasonic system for the Fargo VA Health Care System Fergus Falls CBOC. Key specifications include physical dimensions, scanning modes (2D, 4D, Doppler), control panel features (physical keyboard, touchscreen), and analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, obstetric). The RFP also details required transducers, advanced features like a fusion-targeted biopsy system, and security/connectivity requirements such as OEM-supported OS, encrypted hard drive, and PACS compatibility. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits, and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are also encouraged to provide added value offerings like extended warranties and a post-warranty remote diagnostic service program.
The Fargo VA Health Care System's Fergus Falls CBOC requires one ultrasonic scanning system for Diagnostic Radiology. The system must meet detailed technical requirements, including specific physical dimensions, scanning modes (2D, 4D, Doppler variations, M-Mode), Doppler displays (frequency, velocity, power), and control panel features like physical and touchscreen keyboards with articulating support. Additional specifications include image optimization, programmable protocols, PACS compatibility, and needle enhancement. Required analysis packages cover procedural, abdominal, musculoskeletal, small parts, vascular, and obstetric applications. The system needs seven specific transducers with defined frequency ranges. Advanced features must include a Fusion-Targeted Biopsy System and image storage. Security requirements mandate an OEM-supported OS, latest DICOM features, encrypted hard drive, and wireless connectivity compatible with FIPS 140-2/3. Training for four technologists and four physicians, including CME credits and accommodation for shifts, is mandatory. Biomedical technician training information is also required. Service requirements include remote diagnostics via VPN, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added value includes extended warranty, post-warranty remote diagnostics, 3D imaging, and quality control phantom. The VA has no trade-in units.
This government RFP outlines the technical, training, service, and security requirements for one ultrasonic unit for the Fargo VA Health Care System – Grand Forks CBOC Radiology Department. Key technical specifications include a minimum 21.5-inch active screen, 720-degree monitor rotation, 30-minute battery life, and maximum dimensions of 67x24x43 inches and 230 lbs. The unit must support various scanning modes (2D, 3D, 4D, Doppler), have a physical and touchscreen keyboard, and include analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, and obstetric applications. Required transducers with specific frequency ranges are also detailed. Security features demand an OEM-supported OS, encrypted hard drive, and PACS compatibility. Training requirements encompass on-site clinical applications for technologists and physicians, with CME credits provided. Service provisions include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred "added value" items like extended warranties and remote diagnostic programs are encouraged.
The Fargo VA Health Care System is seeking an ultrasonic unit for its Grand Forks CBOC Radiology Department, as detailed in this compliance matrix. The request specifies comprehensive technical requirements for the unit, including physical specifications (e.g., minimum 21.5-inch screen, 30-minute battery life, maximum 290 lbs weight, 67x24x43 inch dimensions), various scanning and Doppler modes, and control panel features. It also outlines required analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, obstetric) and a range of transducers with specific frequency ranges. The RFP mandates security and connectivity features, including an OEM-supported operating system, encrypted hard drive, and PACS compatibility. Training requirements include on-site clinical and biomedical technician training, with off-site training as an optional item. Service requirements encompass VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added-value offerings like extended warranties and phantom for quality control testing. This document is crucial for vendors to ensure their proposals meet all specified technical, training, service, and security criteria for the ultrasound system.
The Fargo VA Health Care System is seeking a single Ultrasonic Scanning System (XR US) for Diagnostic Radiology at its Grand Forks Community Based Outpatient Clinic. The technical requirements are extensive, covering physical specifications like a 21.5-inch minimum screen, 720-degree monitor rotation, and four transducer ports, with a maximum weight of 290 lbs. The system must support various scanning and Doppler modes, including 2D, 4D, Color Power Doppler, and Tissue Doppler Imaging. Control panel specifications include a physical and touchscreen keyboard with an articulating support arm. Additional features like image annotation, one-button optimization, programmable protocols, PACS compatibility, and needle enhancement are required. Specific analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, obstetric) and six types of transducers with defined frequency ranges are mandatory. Advanced features include a Fusion-Targeted Biopsy System and image storage. Security requirements emphasize an OEM-supported OS, latest DICOM standards, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for four technologists and four physicians, with CME credits for technologists, and optional biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred
The Nebraska-Western Iowa VA Healthcare System seeks a new ultrasound system for the Omaha VA Medical Center's Women’s Health Clinic, to be used for gynecological, obstetrical, and abdominal applications. The RFP specifies detailed technical requirements, including physical specifications (e.g., 22-inch minimum screen, 1TB image storage, max 69x23x38-inch dimensions), various scanning modes (2D, 3D, M-Mode, Doppler types), Doppler displays, control panel features (physical keyboard, touchscreen), and additional functionalities like image optimization and programmable protocols. Required analysis packages include procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, breast, and gynecology. The system must also include specific 4D endocavity (4-9 MHz) and 2D abdominal (2-5 MHz) transducers. Security and connectivity requirements mandate an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, VISAGE), and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with CME credits for technologists, and biomedical technician training. Service mandates include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties, navigation software, and AI fibroid mapping, and must provide documentation like product brochures, technical specifications, and a completed MDS2 form. No trade-in units are offered by the VA.
The Nebraska-Western Iowa VA Healthcare System seeks a new ultrasonic scanning system for the Omaha VA Medical Center's Women's Health Clinic. The system must support gynecological, obstetrical, and abdominal applications, featuring a minimum 22-inch screen, 1TB image storage, and various scanning modes including 2D, 3D, and Doppler capabilities. Required analysis packages include procedural, abdominal, and gynecological, among others. The request specifies two 4D Endocavity Microconvex transducers and one 2D Abdominal Convex Array transducer. Security and connectivity requirements mandate an OEM-supported operating system, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and VISAGE. Training includes on-site clinical application for technologists and physicians, with biomedical technician training available as an optional item. The system requires a one-year warranty covering parts and labor, with optional extended warranty and remote diagnostic services. Added value specifications include Cerner CareAware MultiMedia compatibility and AI Fibroid Mapping. Vendors must also provide various documentation, including a pre-procurement assessment form and product brochures.
The Nebraska-Western Iowa VA Healthcare System seeks a new ultrasound system for the Omaha VA Medical Center's Women’s Health Clinic. This Request for Proposal (RFP) outlines comprehensive technical specifications for the unit's physical characteristics, scanning modes (including 2D, 3D, and various Doppler types), control panel features (physical keyboard, touchscreen), and additional functionalities like image optimization and programmable protocols. The system must support gynecological, obstetrical, and abdominal clinical applications and include specific transducers (4D Endocavity Mic2 and 2D Abdominal Con1). Security and connectivity requirements mandate an OEM-supported operating system, encrypted hard drive, DICOM compatibility, PACS integration (VA VistA Imaging, VISAGE), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). The RFP also details mandatory clinical and biomedical technician training, a minimum one-year warranty, and service requirements including remote diagnostics and comprehensive manuals. Vendors are encouraged to propose added-value offerings such as extended warranties and AI Fibroid Mapping, which will be evaluated for their benefit. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, and CAD drawings.
The Nebraska-Western Iowa VA Healthcare System seeks a new ultrasound for its Women's Clinic, for gynecological, obstetrical, and abdominal applications. Technical requirements include a minimum 19-inch screen, +/- 90-degree monitor rotation, 4 transducer ports, 0.5 TB image storage, and specific dimensions/weight. Required scanning modes include 2D, 3D, M-Mode, and various Doppler types. The unit must have a physical keyboard, touchscreen, and multiple analysis packages. Two 4D Endocavity Microconvex transducers and one 2D Abdominal Convex Array transducer are required. Security features include an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and VISAGE. Training involves on-site clinical applications for technologists and physicians, with CME credits. A one-year warranty covering parts and labor, including PMs, is mandatory. Preferred additions include extended warranty, Cerner CAMM compatibility, AI Fibroid Mapping, and a gel warmer. Vendors must submit pre-procurement forms, MDS2, FIPS certification, product brochures, and technical training details.
The Iowa City VA Health Care System is requesting two ultrasonic units for its Anesthesia department. The request details comprehensive technical specifications including minimum screen size, control panel dimensions, monitor rotation, transducer ports, image storage, battery scan time, and equipment weight. Required scanning modes, Doppler displays, control panel features (touchscreen, keyboard), and additional specifications like image annotation, one-button optimization, and wheeled carts are also listed. The units must support procedural, abdominal, and vascular analysis packages, and include linear, curved, and high-frequency transducers. Security and connectivity requirements include OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training requirements cover clinical training for technologists and physicians, and biomedical technician training. Service requirements detail VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings and specific documentation like product brochures and technical specification sheets are also requested. The VA also offers two Sonosite X-PORTE units for trade-in.
The Iowa City VA Health Care System requires two ultrasonic scanning systems for its Anesthesia department. The request details comprehensive technical specifications including minimum screen sizes, transducer ports, image storage, battery life, and maximum equipment dimensions and weight. Required scanning modes include 2D, Tissue Harmonic Imaging, M-Mode, and various Doppler displays. Control panel specifications mandate a touchscreen with a keyboard. Additional features include image annotation, one-button optimization, programmable protocols, digital calipers, fast boot-up, steep needle profile, wheeled cart, and solid-state storage. Analysis packages for procedural, abdominal, and vascular applications are necessary, along with specific linear, curved, and high-frequency vascular transducers. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for 4 technologists and 4 physicians, accommodating different shifts. Biomedical technician training information, including curriculum and length, is also requested as an optional off-site item. Service requirements specify VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty, post-warranty remote diagnostics, and a version/platform long-range plan. The RFP also requests various documentation, including a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and support information. Finally, there are provisions for trade-in of two existing Sonosite X-PORTE units, with the vendor accepting equipment “as is” if sanitization compromises software or requires media removal.
The Iowa City VA Health Care System is seeking two ultrasounds for its Anesthesia department. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 25-inch screen, 90-degree monitor rotation, three transducer ports, 128 days of image storage, and 120 minutes of battery scan time. Required scanning modes include 2D, M-Mode, and various Doppler displays. Control panel specifications mandate a touchscreen with a keyboard. Additional requirements cover image annotation, one-button optimization, programmable protocols, digital calipers, fast boot-up, and solid-state storage. Analysis packages for procedural, abdominal, and vascular applications are necessary, along with specific transducers (linear, curved, high-frequency vaginal). Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drives, and wireless connectivity. Training requirements specify on-site clinical applications training for technologists and physicians. Service requirements include VPN/remote access for diagnostics and the provision of operator and service manuals. The RFP also details trade-in equipment (two Sonosite X-PORTE ultrasounds) and encourages vendors to offer added value such as extended warranties and post-warranty remote diagnostic service programs.
The Iowa City VA Health Care System requires two ultrasonic scanning systems for its Anesthesia department. The request specifies detailed technical requirements, including a minimum 25-inch screen, 3 transducer ports, 128 days of image storage, and 120 minutes of battery scan time. The systems must support various scanning modes, Doppler displays, and control panel features like a touchscreen and keyboard. Additional specifications include image annotation, one-button optimization, and solid-state storage. Analysis packages for procedural, abdominal, and vascular applications are mandatory, along with specific linear, curved, and high-frequency vascular transducers. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training requirements encompass on-site clinical applications training for 4 technologists and 4 physicians, with vendors accommodating different shifts. Biomedical technician training information, including curriculum and length, must be provided as an optional quote. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added value offerings include extended warranties and a post-warranty remote diagnostic service program. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and support information. The VA also has two Sonosite X-PORTE ultrasonic systems available for trade-in.
The Iowa City VA Health Care System requires an ultrasonic system for its Rheumatology Department. The solicitation details extensive technical specifications, including a minimum 25-inch screen, various scanning modes (2D, M-Mode, Doppler), and control panel features like a touchscreen keyboard. The system must also include specific analysis packages (procedural, abdominal, vascular) and two types of transducers (linear and curved) with defined frequency ranges. Security and connectivity requirements specify an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and FIPS-compliant wireless connectivity. Training provisions include on-site clinical applications training for technologists and physicians. Service requirements mandate VPN/remote access for diagnostics, along with operator and service manuals. Preferred added-value items include extended warranties and post-warranty remote diagnostic programs. Vendors must submit comprehensive documentation, including technical specification sheets and security forms, but no trade-in units are offered by the VA.
The Iowa City VA Health Care System is seeking an ultrasound system for its Rheumatology Department. The technical requirements include a minimum 25-inch screen, 10x5-inch control panel, 90-degree monitor rotation, three transducer ports, 128 days of image storage, 120 minutes of battery scan time, and maximum dimensions of 23x26 inches and 125 lbs. The system must support various scanning modes, Doppler displays, touchscreen controls, and features like image annotation and fast boot-up. Required analysis packages include procedural, abdominal, and vascular, with specific linear and curved transducers. Security features mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training involves on-site clinical applications for four technologists and four physicians, plus off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional warranty years and post-warranty remote diagnostics are preferred for added value. Vendors must also provide various documentation, including a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and support information.
The Iowa City VA Health Care System is requesting an ultrasound system for its Rheumatology department, outlining detailed technical, training, and service requirements. Key technical specifications include a minimum 25-inch screen, 3 transducer ports, 128 days of image storage, and 120 minutes of battery scan time. The system must support various scanning and Doppler modes, touchscreen controls, and analysis packages for procedural, abdominal, and vascular applications. Required transducers include linear (15-4 MHz), curved (5-1 MHz), and ultra-high frequency (46-20 MHz). Security and connectivity requirements specify an OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for technologists and physicians, and off-site biomedical technician training as an optional item. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty with PMs. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostics.
The Iowa City VA Health Care System is requesting one ultrasonic scanning system for its Rheumatology department. The required system must meet detailed technical specifications, including a minimum 25-inch screen, various scanning modes (2D, M-Mode, Doppler), and specific Doppler displays. Control panel requirements include a touchscreen and keyboard. Additional features like image annotation, one-button optimization, and solid-state storage are mandated. The request also specifies analysis packages for procedural, abdominal, and vascular applications, along with three types of transducers: linear, curved, and ultra-high frequency. Security and connectivity requirements emphasize an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements include on-site clinical applications training for four technologists and four physicians, with vendors accommodating different shifts. Biomedical technician training information, including curriculum and length, must also be provided, with off-site training quoted as an optional item. Service requirements detail VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year manufacturer’s warranty covering parts, labor, and PMs. Added value options, though not required, include extended warranty, post-warranty remote diagnostic service, and a version/platform long-range plan. The VA has no trade-in units.
The Iowa City VA Health Care System requires four ultrasonic units for its ICU, Inpatient 7W Unit, and Respiratory departments. The RFP details extensive technical specifications, including minimum screen sizes, control panel features, various scanning and Doppler modes, and analysis packages (procedural, abdominal, vascular). It also specifies transducer types (curved, linear, phased array) and quantities. Connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, accommodating different shifts, and optional off-site biomedical technician training. Service mandates VPN/remote access, operator and service manuals, and a minimum one-year warranty with PMs. The RFP also lists preferred "added value" offerings like extended warranties and a post-warranty remote diagnostic service program. Additionally, it identifies four Sonosite M-Turbo and EDGE ultrasound systems for trade-in.
The Iowa City VA Health Care System is seeking proposals for four ultrasonic scanning systems (ultrasounds) for its ICU, Inpatient 7W Unit, and Respiratory departments. The technical requirements include specific physical specifications (e.g., 25-inch minimum screen, 120-minute battery life, max 125 lbs weight), various scanning and Doppler modes (2D, M-Mode, Pulsed Wave Doppler, etc.), touchscreen control panels, and additional features like image annotation and fast boot-up. Required analysis packages cover procedural, abdominal, and vascular functions, alongside specific transducers (Curved, Linear, Phased Array). Security and connectivity requirements mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements include on-site clinical application training for 7 technologists and 7 physicians, with vendors accommodating different shifts. Biomedical technician training information, including off-site options, must be provided. Service requirements detail VPN/remote access, provision of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Additional warranty and remote diagnostic service are preferred. The proposal also requires specific documentation, and vendors must account for trade-in of four Sonosite M-Turbo and EDGE ultrasound units.
The Iowa City VA Health Care System seeks four ultrasounds for critical care, inpatient, and respiratory units. The request specifies detailed technical requirements, including a 23-inch screen, various scanning modes, Doppler displays, and control panel features. Additional specifications cover image annotation, boot-up time under 45 seconds, and solid-state storage. Required analysis packages include procedural, abdominal, and vascular. The RFP also outlines specific transducer types (curved, linear, phased array) and security/connectivity requirements like OEM-supported OS and PACS compatibility. Training for clinical and biomedical staff is mandatory, along with service requirements such as remote diagnostics and comprehensive manuals. Vendors are encouraged to offer added value like extended warranties. Four existing Sonosite M-Turbo and EDGE ultrasounds are available for trade-in. The document emphasizes strict adherence to the provided compliance matrix and instructions for offers.
The Iowa City VA Health Care System requires four ultrasonic scanning systems for its ICU, inpatient 7W unit, and Respiratory department. The technical specifications include a minimum 23-inch screen, 3 transducer ports, 128 days of image storage, and 120 minutes of battery scan time. The systems must support various scanning modes (e.g., 2D, M-Mode, Doppler), Doppler displays, and control panel features like a touchscreen. Additional requirements cover image annotation, one-button optimization, solid-state storage, and analysis packages for procedural, abdominal, and vascular applications. Four curved, linear, and phased array transducers are also needed. Security features mandate an OEM-supported OS, DICOM compatibility, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training includes on-site clinical applications for 7 technologists and 7 physicians, with vendors accommodating different shifts. Biomedical technician training information, including curriculum details, is also required. Service requirements involve VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranties and post-warranty remote diagnostic service. The RFP also details documentation requirements and specifies four Sonosite M-Turbo and EDGE units available for trade-in.
The Omaha VAMC is soliciting proposals for a Digital Mammography scanning system for a new Women’s Clinic at 4101 Woolworth Ave, Room 2219, Building 101. The Request for Proposal (RFP) outlines detailed technical specifications for the unit, including generator ranges, detector size, focal spot size, SID, tube head rotation, system dimensions, weight, and 3D scan time. The system must include breast tomosynthesis, 3D imaging, a high-frequency generator, AEC detector, rotating anode, and density reporting software. Workstation requirements specify minimum numbers of acquisition and review workstations, monitor sizes, and hard disk sizes, along with a rotating arm for the acquisition workstation. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, HL7 integration, PACS compatibility (VA VistA Imaging, Visage, GE Seno Iris viewer), and integration with AGFA Dose Tracking System. The RFP also details specific paddle types, training requirements for clinical applications and biomedical technicians, and service requirements such as remote diagnostics and comprehensive manuals. Preferred added-value offerings include extended warranty, post-warranty remote diagnostic services, and compatibility with Cerner CareAware MultiMedia Release 7 and FIPS 140-2/3 compliant wireless connectivity. Vendors must provide specific documentation, including product brochures, technical specifications, and support information. No trade-in units are available.
The Omaha VA is requesting a digital mammography scanning system for its new Women’s Clinic to provide breast imaging services. The system requires specific technical specifications, including a generator voltage range of 20-49 kV, a mAs range of 3-500, a minimum detector size of 24x29 cm, and 3D scan time under 4 seconds. Workstation requirements include at least one acquisition and one review workstation, both with a minimum 21-inch monitor. Additional features like breast tomosynthesis, 3D high-resolution imaging, AEC detector, rotating anode, and density reporting software are mandatory. Various compression paddles are also required. Security and connectivity mandate an OEM-supported operating system, latest DICOM standards, encrypted hard drive, HL7 integration, and compatibility with VA VistA Imaging, Visage, and GE Seno Iris viewer PACS, as well as AGFA Dose Tracking System. Training requirements include on-site clinical applications training for three technologists during go-live and follow-up, with continuing education credits. Biomedical technician training information must also be provided. Service requirements cover VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty including parts, labor, and PMs. Preferred
The Omaha VA Medical Center is soliciting proposals for a new Mammography scanning system for its Women’s Clinic, to provide breast imaging services. The Request for Proposal outlines detailed technical specifications for the radiographic system, including generator voltage and mAs ranges, detector size, and focal spot size, as well as workstation requirements for acquisition, review, and physician reading. The system must support breast tomosynthesis, 3D imaging, and various compression paddles. Security and connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, HL7 integration, and PACS compatibility with VA VistA Imaging, Visage, and GE Seno Iris viewer. Training requirements include on-site clinical applications training for technologists and technical training for biomedical staff. Vendors are encouraged to offer added value such as extended warranties, remote diagnostic services, and compatibility with Cerner CareAware MultiMedia and wireless VA networks. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Omaha VA is requesting one Mammography scanning system for a new Women’s Clinic, to provide breast imaging to the veteran population. Key technical requirements include a generator voltage range of 20-49 kV, mAs range of 3-500, and an ampere range of 50-200. The system needs a minimum detector size of 24x29 cm, a 0.1mm focal spot size, and a 3D scan time under 4 seconds. Workstation requirements specify at least one acquisition, review, and physician reading workstation, each with minimum monitor sizes and resolutions. Additional features like breast tomosynthesis, 3D imaging, AEC detector, rotating anode, and density reporting software are required. Various compression paddles are also specified. Security and connectivity requirements include OEM-supported OS, DICOM compliance, encrypted hard drive, HL7 integration, and PACS compatibility with VA VistA Imaging, Visage, and GE Seno Iris viewer, as well as AGFA Dose Tracking System integration. Training includes on-site clinical applications for three technologists with CME credits, and biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty with PMs. Preferred added value features include extended warranty, post-warranty remote diagnostics, Cerner CAMM compatibility, and FDA approval for dense breasts. Documentation like a pre-procurement assessment form and MDS2 form are also required, with no trade-in units offered by the VA.
The New Mexico VA Health Care System (NMVAHCS) requires one new ultrasound system for its Mammography department to replace old, problematic equipment. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 21-inch screen size, 90-degree monitor rotation, 75-degree tilting, 2 transducer ports, 500 GB image storage, and 20 minutes of battery life. The system must support various scanning and Doppler modes, feature a physical keyboard, touchscreen, and advanced functionalities like panoramic mode and one-button optimization. Training requirements include on-site clinical and biomedical technician training. Service mandates remote access, operator and service manuals, and a one-year warranty with manufacturer-trained service representatives. Preferred added-value features include an extended warranty, storage bins, and specific imaging modes. Vendors must submit comprehensive documentation, including technical specifications, security forms, and support information.
The New Mexico VA Health Care System requires one new ultrasonic scanning system for breast ultrasounds in its Mammography department. The system must meet specific technical requirements, including a minimum 21-inch screen, 2 split screens, 90-degree monitor rotation, and 75-degree tilting. It needs at least 2 transducer ports, 500 GB image storage, and 20 minutes of battery life. The maximum dimensions are 173x61x44 inches and 300 lbs. Required scanning modes include 2D, Navigation Software, Pulsed Wave, Continuous Wave, Velocity Color, and Color Power Doppler. The control panel must have a physical keyboard, touchscreen, and articulating support arm. Key features include panoramic mode, image annotation, one-button optimization, programmable protocols, and patient worklist creation without network connection. Analysis packages for Small Parts, Pelvic, Obstetric, and Breast are mandatory, along with a ML4-20-D probe (10-20 MHz). Security features require an OEM-supported OS, DICOM compatibility, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), encrypted hard drive, and PACS compatibility (AFGA, VA VistA Imaging). Training includes on-site clinical applications for technologists and detailed biomedical technical training, with off-site training as an optional quote item. Service requirements mandate VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Preferred
The New Mexico VA Health Care System (NMVAHCS) requires one new ultrasound system for its Mammography department to replace outdated equipment. The Request for Proposal (RFP) outlines detailed technical specifications for the ultrasound unit, including physical dimensions, screen size, monitor rotation, transducer ports, and image storage capacity. It also specifies required scanning modes (e.g., 2D, Doppler), Doppler displays, control panel features (physical keyboard, touchscreen), and additional functions like panoramic mode and image annotation. Vendors must include specific analysis packages (Small Parts, Pelvic, Obstetric, Breast) and a ML4-20-D probe with a 4-18 MHz frequency range. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging, DICOM), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). The RFP also mandates clinical training for technologists, technical training for biomedical staff, and a minimum one-year warranty. Preferred
The New Mexico VA Health Care System requires one new ultrasound system for its Mammography Department due to existing equipment issues. The system must meet detailed technical specifications, including a minimum 21-inch screen, two split screens, 90-degree monitor rotation, and 128 GB image storage. It must support various scanning and Doppler modes, including 2D, Pulsed Wave, Continuous Wave, and Color Doppler. Control panel requirements include a physical keyboard, touchscreen, and an articulating support arm. Additional features such as panoramic mode, image annotation, one-button optimization, programmable protocols, and patient worklist creation are also required. The system needs analysis packages for Small Parts, Pelvic, Obstetric, and Breast, along with an ML4-20-D Probe. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA Imaging), and FIPS 140-2/140-3 compliant wireless connectivity. Training for three technologists (on-site and follow-up) and biomedical technicians is mandatory. The vendor must provide VPN/remote access for service, operator and service manuals, and a one-year warranty. Preferred added value features include extended warranty, Tissue Harmonic Imaging, M-Mode, Needle Enhancement, customizable PACS forms, shear wave/strain-based elastography, and a Urology Analysis Package. The VA has no trade-in units.
The New Mexico VA Health Care System requires one new ultrasound system for its Radiology department as an end-of-lifecycle replacement. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 21-inch screen, various scanning and Doppler modes, and specific control panel features. It also mandates analysis packages for multiple medical specialties and two types of transducers (ML4-20-D and C1-6-D XDclear). Security requirements include an OEM-supported operating system, encrypted hard drive, and PACS/DICOM compatibility. Training for clinical applications and biomedical technicians is essential. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. The RFP encourages vendors to offer added-value items like extended warranties and additional features, and requires specific documentation such as product brochures, technical specification sheets, and a completed MDS2 form. No trade-in units or ancillary equipment are available from the VA.
The New Mexico VA Health Care System requires one new ultrasound system to replace an end-of-lifecycle unit in its Radiology Department. The system must meet specific technical requirements, including a minimum 21-inch screen, 90-degree monitor rotation, 2 transducer ports, 500 GB image storage, and 20 minutes of battery life. It must support various scanning and Doppler modes, a physical and touchscreen control panel, and advanced features like panoramic mode and one-button optimization. Analysis packages for small parts, pelvic, urology, obstetric, breast, abdominal, musculoskeletal, vascular, gynecological, and neonatal applications are mandatory, along with ML4-20-D and C1-6-D XDclear Convex Array probes. Security features include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/3 compliant wireless connectivity. Training requirements include on-site clinical applications training for three technologists and optional off-site biomedical technician training. Service demands a one-year warranty, remote diagnostic capabilities via VPN, and two copies each of operator and service manuals. Vendors may offer added value with extended warranties or additional features like M-Mode. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specifications.
The New Mexico VA Health Care System requires one new ultrasound system for its Radiology department to replace an end-of-lifecycle unit. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum screen size, monitor rotation, transducer ports, image storage, and battery life, along with specific scanning modes, Doppler displays, control panel features, and analysis packages. The system must also meet security and connectivity requirements, including PACS compatibility and an OEM-supported operating system. Training requirements include on-site clinical and biomedical technician training. Service requirements mandate VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and preventative maintenance. Preferred added-value specifications include additional warranty years, storage bins, and advanced imaging features. Vendors must submit a compliance matrix, product brochures, technical specifications, and support information, noting that there are no trade-in units or ancillary equipment available from the VA.
The New Mexico VA Health Care System requires one new ultrasound system for its Radiology Department, replacing an end-of-lifecycle unit. The technical specifications demand a minimum 21-inch screen, 90-degree monitor and control panel rotation, two transducer ports, 500 GB image storage, and 20 minutes of battery life. Required scanning modes include 2D, Pulsed Wave, Continuous Wave, Velocity Color, and Color Power Doppler. The system must feature a physical keyboard, touchscreen, articulating support arm, and various advanced functions like panoramic mode and one-button optimization. Essential analysis packages cover Small Parts, Pelvic, Urology, Obstetric, Breast, Abdominal, Musculoskeletal Clinical, Vascular, Gynecological, and Neonatal. The system must include specific ML4-20-D and C1-6-D XDclear Convex Array probes. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training includes on-site clinical applications for three technologists and optional off-site biomedical technician training. Service mandates a one-year warranty with parts and labor, remote diagnostic capabilities, and provision of operator and service manuals. Preferred added-value features include additional warranty, storage bins, and various advanced imaging capabilities. The vendor must provide specific documentation like a pre-procurement assessment form and product brochures.
The New Mexico VA Healthcare System (NMVAHCS) Cardiology department requires two new ultrasound systems to diagnose and monitor heart conditions. The Request for Proposal (RFP) details extensive technical specifications, including physical unit dimensions, various 2D and 3D scanning modes, and specific Doppler displays. Control panel requirements include physical keyboards and touchscreens, while additional features like panoramic mode, multi-modality display, and image annotation are also specified. The RFP mandates cardiovascular analysis packages and three types of transducers (TTE, TEE, PW/CW) with defined frequency ranges. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, DICOM compatibility, and wireless connectivity with FIPS compliance. Training requirements involve on-site clinical applications training for six technologists and six physicians, with CME credits for technologists, and accommodating different shifts. Biomedical technician training information is also requested as an optional item. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value offerings like additional warranty years and standby/sleep mode are encouraged. The VA is offering several operational Siemens Acuson 2000 systems and various Siemens transducers for trade-in.
The New Mexico VA Healthcare System (NMVAHCS) seeks two advanced ultrasonic scanning systems for its Cardiology department. These systems must meet detailed technical specifications, including a 20-inch minimum screen, 90-degree monitor rotation, and four transducer ports. Required scanning modes include 2D, 3D, M-Mode, and various Doppler displays, with specific frequency ranges for TTE, TEE, and PW/CW transducers. The systems must also feature a physical keyboard, touchscreen, articulating support arm, and PACS compatibility with VA VistA Imaging and AGFA. Training requirements include on-site clinical applications for six technologists and six physicians, along with continuing education credits for technologists. Biomedical technician training information must also be provided. Vendors must offer a one-year warranty covering parts, labor, and PMs, with options for extended warranty and remote diagnostic services. The solicitation also includes trade-in options for existing Siemens Acuson 2000 systems and various transducers.
The New Mexico VA Healthcare System's Cardiology department requires two new ultrasound systems to diagnose and monitor heart conditions. The Request for Proposal (RFP) details extensive technical specifications for these units, including physical dimensions, scanning modes (2D, 3D, Doppler), control panel features, and analysis packages (Cardiovascular Clinical, Mitral Valve Navigator, Cardiac 3D Quantification). The RFP also outlines requirements for specific transducers (TTE, TEE, PW/CW) and robust security/connectivity features, such as OEM-supported operating systems, encrypted hard drives, and PACS compatibility (VA VistA Imaging, AGFA). Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists, and biomedical technician training. Service mandates remote diagnostics via VPN, provision of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and preventative maintenance. Vendors are also invited to offer value-added services like extended warranties and provide detailed documentation, including pre-procurement forms, product brochures, and technical specifications. The RFP also specifies equipment available for trade-in, including Siemens Acuson 2000 ultrasound machines and various Siemens transducers.
The New Mexico VA Healthcare System's Cardiology department requires two new ultrasonic scanning systems to diagnose and monitor heart conditions. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 20-inch screen, 90-degree monitor rotation and tilting, 4 transducer ports, and 1-day/TB image storage. Required scanning modes include 2D, 3D, M-Mode, and various Doppler types, alongside specific Doppler displays and control panel features like a physical keyboard and touchscreen. Additional specifications cover panoramic mode, multi-modality display, image annotation, and patient worklist creation without a network connection. Analysis packages must include cardiovascular clinical, mitral valve navigator, and cardiac 3D quantification. The RFP specifies TTE (11-4 MHz), TEE (5-1 MHz), and PW/CW (2 MHz) transducers. Security and connectivity requirements demand an OEM-supported operating system, DICOM compliance, an encrypted hard drive, and PACS compatibility (VA VistA Imaging and AGFA). Training requirements include on-site clinical applications training for six technologists and six physicians, with continuing education credits for technologists. Biomedical technician training information is also required. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering all parts and labor. The VA offers several Siemens Acuson 2000 systems and various Siemens Acuson transducers for trade-in.
The New Mexico VA Health Care System requires four replacement mobile x-ray units for its Radiology department. This request for proposal (RFP) outlines detailed technical specifications for these radiographic units, including generator power, kV range, tube rotation, hard drive size, SID range, pixel size, focal spot range, battery life and charge time, image display time, monitor size, and system dimensions and weight. The units must feature wireless detectors, on-board image displays, positioning lights, reprocessing algorithms for tubes and lines, and various charging and connectivity options. Software requirements include rapid image display, annotation, multiple image processing algorithms, standard editing functions, dose reduction, and repeat rate tracking. Security and connectivity mandate an OEM-supported operating system, DICOM compatibility, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), encrypted hard drive, PACS compatibility (VA VistA Imaging, AGFA Enterprise Imaging), and integration with Dose Monitor. Training requirements cover on-site clinical applications for technologists, follow-up training, super-user training, CME credits, and accommodation for different shifts. Biomedical technician training details, service manuals, and a minimum one-year warranty with PMs are also required. Preferred "added value" items include extended warranties, post-warranty remote diagnostics, an onboard user monitor, and wireless/wired exposure control. The RFP also details required documentation, support information, and trade-in procedures for existing GE Healthcare Optima XR220AMX units.
The New Mexico VA Health Care System requires four replacement mobile x-ray units to provide essential care for patients unable to be moved to stationary machines. These units must meet specific technical requirements, including a 30 kW high-frequency generator, 40-155 kV generator range, 160 kVp tube maximum, and a 500 GB hard drive. They need two wireless detectors (14x17 inch, 110 µm pixel size), onboard touch screen displays, and various software solutions like rapid image display and dose reduction algorithms. Security requirements include OEM-supported OS, DICOM compatibility, wireless connectivity (802.11b/g/n, FIPS 140-2/3), encrypted hard drives, and PACS integration. The VA also mandates on-site clinical training for 12 technologists, follow-up training for six, super user training for four, and biomedical technician training (optional off-site). Service includes remote diagnostics via VPN, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Added value options include additional warranty years and a post-warranty remote diagnostic service program. The VA also seeks trade-in for four operational GE Optima XR220AMX units.
The New Mexico VA Health Care System requires four replacement mobile x-ray units for its Radiology Department, seeking a like-for-like replacement of aged equipment. These units are critical for patients who cannot be moved to stationary machines. The RFP specifies detailed technical requirements, including generator power, kV range, tube rotation, hard drive size, SID range, pixel size, focal spot range, battery life, display time, monitor size, and system dimensions and weight. Additional specifications cover wireless detector configuration, on-board imaging features, software solutions for rapid image display and editing, and security/connectivity requirements like PACS compatibility and encrypted hard drives. The solicitation also outlines comprehensive training requirements for clinical staff and biomedical technicians, emphasizing on-site, follow-up, and super-user training with continuing education credits. Service requirements include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty with parts and labor. Vendors are encouraged to offer added value such as extended warranties or post-warranty remote diagnostic programs. The document lists current GE HEALTHCARE USA Optima XR220AMX units for trade-in, all operational and installed between 2015 and 2017.
The New Mexico VA Health Care System requires four replacement mobile X-ray units to maintain patient care, necessitating a like-for-like replacement of aged equipment. The technical specifications for these radiographic units are extensive, covering physical dimensions, generator power, tube capabilities, detector configurations, and battery life. Additionally, the units must include features like onboard image displays, free-release handles, positioning lights, and algorithms for image reprocessing. Software requirements include rapid image display, annotation, multiple processing algorithms, standard editing functions, dose reduction, and repeat rate tracking. Security and connectivity are critical, requiring OEM-supported operating systems, DICOM compatibility, wireless connectivity to the VA network (FIPS 140-2/3 compliant), encrypted hard drives, and integration with VA VistA Imaging, AGFA Enterprise Imaging, and Dose Monitor systems. Training requirements include on-site clinical applications training for 12 technologists, follow-up training for 6, and super user training for 4, with CME credits provided. Biomedical technician training information must also be provided as an optional, separately quoted item. Service requirements include VPN/remote access capabilities during and post-warranty, two copies of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value offerings such as extended warranties, post-warranty remote diagnostics, onboard user monitors, and wireless/wired exposure control are encouraged. The file also outlines required documentation, trade-in conditions for existing GE Healthcare Optima XR220AMX units, and the need for the vendor to accept equipment "as is" if ePHI sanitization compromises the OS/software.
The New Mexico VA Medical Center (NMVAMC) Radiology Department requires a new bone densitometer for osteoporosis screening, patient diagnosis, and treatment monitoring. The Request for Proposal (RFP) outlines technical specifications, including maximum scan times for various body parts (whole body, AP spine, lateral spine, forearm, hip), minimum patient table load capacity (300 lbs), monitor size (19 in), primary hard drive storage (500 GB), backup storage (500 GB), scanner table dimensions (75 x 25 in), and maximum system weight (850 lbs). Key features include a fan beam system, daily calibrations, mobile cart/desk, color printer, auto-generated reports, abdominal aortic calcification and total body composition analysis capabilities, and Trabecular Bone Score (TBS) software. The system must be compatible with Dxa Horizon Hologic studies and include a UPS for power outages. Migration requirements include on-site transfer of 82K existing studies (28GB) from backup and 15K studies (5GB) from primary storage, along with project management and technical support. Security and connectivity mandate an OEM-supported operating system (Windows 10 or later), encrypted hard drive, PACS compatibility (VA VistA Imaging, AGFA), and Dose Tracking System integration, with DICOM support. Training involves on-site clinical applications training for six technologists during go-live and follow-up, offering CME credits, and accommodating different shifts. Biomedical technician training details, including curriculum and length, must also be provided. Service requirements emphasize VPN/remote access for diagnostics during and after warranty. The RFP also requests operator and service manuals (electronic and physical copies), a minimum one-year warranty covering parts, labor, and PMs by factory-trained representatives. Additional value considerations include extended warranty options. Trade-in information for an operational Hologic Horizon A densitometer (Asset Number 78747, Serial 200590, installed 04/06/2016) is provided. Vendors must also submit product brochures, technical specification sheets, typical drawings, completed pre-procurement assessment (6550 Appendix A), MDS2 form, and FIPS 140-2 or 140-3 certification if applicable.
The NMVAMC Radiology Department requires a new bone densitometer to perform bone density assessments, primarily for osteoporosis screening, diagnosis, and treatment monitoring. The equipment must meet specific technical requirements, including scan times, patient table capacity (minimum 300 lbs), monitor size (minimum 19 inches), and hard drive storage (minimum 500GB primary, 500GB backup). Key features include a fan beam system, daily calibrations, a mobile cart/desk, UPS functionality during power outages, a color printer, and standard reports reflecting WHO, NHANES, and reference data for T-score and Z-score values. The system must support auto-generated reports, direct study comparison with Dxa Horizon Hologic, Trabecular Bone Score (TBS) software, abdominal aortic calcification, bone mineral content/density estimation, and total body composition analysis. Migration of existing studies (82K studies/28GB backup, 15K studies/5GB primary) is required on-site for security. Security and connectivity mandate an OEM-supported OS (Windows 10 or later), latest DICOM features, an encrypted hard drive, and compatibility with VA VistA Imaging and AGFA PACS. Training includes on-site clinical applications for six technologists during go-live and follow-up, with CME credits provided. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. An additional year of warranty is preferred. Trade-in of a Hologic Horizon A densitometer is available.
The New Mexico VA Medical Center (NMVAMC) Radiology Department requires a new bone densitometer for osteoporosis screening, diagnosis, and treatment monitoring. The Request for Proposal (RFP) outlines technical specifications, including scan times for various body parts, minimum patient load capacity, monitor size, hard drive storage, and scanner table dimensions. The densitometer must be a fan beam system with daily calibration, a mobile cart/desk, a color printer, and auto-generated reports. Key features include Trabecular Bone Score (TBS) software, total body composition analysis, and the ability to estimate bone mineral content and density. Migration requirements include on-site transfer of existing studies (82K studies/28GB backup, 15K studies/5GB primary), project management, and technical resources. Security mandates an OEM-supported operating system (Windows 10 or later), UPS for 3 minutes of power, encrypted hard drive, and compatibility with PACS (VA VistA Imaging, AGFA) and Dose Tracking Systems. Training requirements cover on-site clinical applications for six technologists (with CME credits) and biomedical technician training. Service requirements include VPN/remote access for diagnostics, a minimum one-year warranty with parts, labor, and PMs, and provision of operator and service manuals. Added value opportunities include extended warranties. The RFP also details an existing Hologic Horizon A densitometer (Serial #200590, installed 04/06/2016) available for trade-in. Vendors must provide specific documentation, including pre-procurement forms, MDS2, FIPS certification, product brochures, technical specifications, and typical drawings.
The NMVAMC Radiology Department requires a new bone densitometer for osteoporosis screening, diagnosis, and treatment monitoring. Key technical requirements include specific scan times for whole body, AP spine, lateral spine, forearm, and hip, a minimum patient table load of 300 lbs, a 19-inch monitor, and 500GB primary and backup storage. The system must be a fan beam system with daily calibrations, a mobile cart/desk, a UPS for 3 minutes of power, and a color printer. It needs to generate standard reports with WHO, NHANES, and reference data, auto-generated reports, and be comparable with Dxa Horizon Hologic studies. Essential software capabilities include Trabecular Bone Score (TBS), bone mineral content (BMC), bone mineral density (BMD) estimation, and total body composition analysis. Migration of 82K existing studies (28GB) from the current Hologic Horizon A densitometer is required, along with project management and technical support. Security features include an OEM-supported OS (Windows 10 or later), latest DICOM capabilities, encrypted hard drive, and compatibility with VA VistA Imaging, AGFA PACS, and Dose Tracking System. Training involves on-site clinical applications for six technologists (with CME credits) and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Additional years of warranty are preferred but not required.
The Alexandria, LA VAMC Radiology department is requesting two mobile radiographic units for general inpatient imaging. The RFP details extensive technical specifications for the units, including generator power (40kW), kV range (40-150), mAs range (0.1-300), and specific physical dimensions. It also outlines requirements for wireless detectors (quantity 1, 17x17 inch, 3.4 lp/mm resolution, 4-hour battery life), additional features like automatic dose control and an on-board touchscreen, and software solutions for rapid image display and annotation. Security and connectivity requirements include OEM-supported OS, encrypted hard drives, and compatibility with VA VistA Imaging and Philips VuePACS. The RFP also specifies training for technologists and biomedical technicians, a minimum one-year warranty with remote diagnostic services, and a trade-in option for two GE Optima AMX 200 units. Vendors must provide comprehensive documentation and adhere to strict formatting guidelines.
The Alexandria VAMC is seeking two portable Digital Radiography (DR) units for its Radiology department to support general inpatient imaging. The request outlines comprehensive technical specifications, including physical unit dimensions, generator power, tube capabilities, detector requirements (both fixed and wireless), and various additional features like automatic dose control, collapsible columns, and on-board image displays. The solicitation also details crucial software solutions for image processing and security/connectivity requirements, emphasizing DICOM compatibility, wireless VA network integration, and PACS compatibility. Training requirements encompass clinical applications for technologists and super users, as well as biomedical technician training. Service requirements include VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty. Added value specifications, such as extended warranty and faster charging, are encouraged but not mandatory. The VAMC also lists two GE Optima AMX 200 units available for trade-in.
The Alexandria, LA VAMC is requesting proposals for two mobile radiographic units for its Radiology department, intended for general inpatient imaging. The Request for Proposal (RFP) details extensive technical specifications for the units, including generator power, kV and mAs ranges, tube specifications, detector configuration (including one wireless 17x17 detector), and various additional features like automatic dose control, on-board imaging displays, and network connectivity (DICOM, PACS compatibility with VA VistA Imaging and Philips VuePACS). Training requirements include on-site clinical applications training for technologists and super-users, as well as biomedical technician training. Service requirements emphasize remote diagnostics via VPN, comprehensive operator and service manuals, and a minimum one-year warranty covering parts, labor, and preventative maintenance. The RFP also invites vendors to propose added-value offerings such as extended warranties, stronger generators, and lighter detectors. Additionally, the VAMC has two GE Optima AMX 200 units available for trade-in. The document outlines a compliance matrix for vendors to respond to each requirement and provide supporting documentation.
The Alexandria VAMC requires two portable DR radiographic units for inpatient imaging, specifying detailed technical requirements for physical attributes like generator power (30 kW), kV range (50-125), and fixed detector resolution (3.4 lp/mm). The units must include a wireless detector (17x17 in, 9 lb max), automatic dose control, collapsible column, and various software solutions for image processing and dose reduction. Security and connectivity mandate an OEM-supported OS, DICOM compliance, wireless VA network compatibility (FIPS 140-2/3), encrypted hard drive, and PACS integration (VA VistA Imaging, Philips VuePACS, NexoDose Monitor). Training includes on-site clinical applications for technologists and super users, with optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a minimum one-year warranty. Added value specifications, though not required, are preferred, such as additional warranty years and lower charging times. Two operational GE Optima AMX 200 units are available for trade-in.
The Atlanta VA Medical Center Podiatry department is seeking proposals for one (1) Mini C-Arm R/F unit to replace an existing Orthoscan FD Pulse. The new unit must be mobile with a flat panel detector (minimum 20x20 cm), specific image matrix (18000x1800 pixels), and various technical features like tube head controls, a wireless foot pedal, and motion/metal detection. Advanced applications for orthopedics, including metallic edge suppression and bone visualization, are required. Security and connectivity mandate an OEM-supported OS, encrypted hard drive, and PACS compatibility (VA VistA Imaging and Philips). Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits. Vendors must also provide biomedical technician training information. Service requirements cover VPN/remote access, two copies each of operator and service manuals, and a one-year warranty. Added value such as extended warranties or specialized podiatry features are encouraged, though not mandatory. Information and documentation needed include a completed pre-procurement assessment, MDS2 form, FIPS 140-2/3 certification, product brochures, and technical specifications. An Orthoscan FD Pulse, operational since 2014, is available for trade-in.
The Atlanta VA healthcare system requires one mobile Mini C-Arm for its Podiatry department to replace an existing Orthoscan FD Pulse. This device is crucial for diagnosing and providing imaging during surgical procedures for foot ailments. The technical specifications include a flat panel detector, minimum 20x20cm detector size, 150-degree orbital rotation, and capacity for 25,000 images with a minimum 18000x1800 pixel matrix. Additional features like a wireless foot pedal, touchscreen, and orthopedic-specific applications are required. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and PACS integration with VA VistA Imaging and Philips. Training for 15 technologists and 15 physicians, including CE credits, is essential. The system requires a one-year warranty covering parts and labor, including PMs, with options for extended warranty and remote diagnostics. The VA will trade in an OrthoScan FD Pulse unit.
The Joseph Maxwell Cleland Atlanta VA Medical Center's Radiology department is seeking two mobile radiographic units to replace decommissioned equipment. These units are crucial for providing diagnostic plain film x-ray studies to over 50,000 inpatients and ED patients annually. The Request for Proposal (RFP) outlines detailed technical specifications for the units, including generator power, kV/mAs ranges, tube rotation, SID, battery life, and system dimensions. Additionally, it specifies requirements for wireless detector configuration, various operational features like automatic dose control and onboard imaging, and software solutions for rapid image display and annotation. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and FIPS 140-2/140-3 compliant wireless connectivity. The RFP also mandates comprehensive clinical training for 15 technologists, including follow-up and super-user training, with continuing education credits. Biomedical technician training is required, with off-site training offered as an optional item. Service requirements detail VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year manufacturer's warranty covering parts, labor, and preventative maintenance. Vendors are encouraged to propose added value offerings beyond the minimum requirements for service, warranty, and training.
The Atlanta VA Healthcare System seeks two portable x-ray units to replace decommissioned equipment in its Radiology department, serving over 50,000 patients annually. The request outlines detailed technical specifications for the radiographic units, including generator power (32 kW), kV range (40-150 kV), mAs range (0.1-320 mAs), and physical dimensions. The units must feature a wireless detector configuration with a minimum 15x18.1 inch detector, automatic dose control, an on-board image touch screen, and various software solutions like rapid image display and dose reduction algorithms. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, wireless connectivity to the VA network (FIPS 140-2 or 140-3 compliant), encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips VuePacs. The RFP also specifies comprehensive training for 15 technologists (on-site clinical and follow-up) and biomedical technicians (off-site option). Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering all parts and labor, including preventative maintenance. An added value option for an additional year of warranty is preferred. The VA has no trade-in units.
The Joseph Maxwell Cleland Atlanta VA Medical Center's Radiology department is seeking two portable x-ray units to replace decommissioned equipment. The Request for Proposal (RFP) outlines detailed technical specifications, including generator power, kV/mAs ranges, tube rotation, battery life, and system dimensions. It also specifies requirements for wireless detectors, software solutions, security/connectivity, and various additional features like automatic dose control and image display. The RFP emphasizes comprehensive training for clinical staff and biomedical technicians, along with service requirements such as VPN/remote access, operator/service manuals, and a one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties and provide detailed documentation, including product brochures and technical specification sheets. The VA has no trade-in units to offer, and the compliance matrix was created on 12/12/2025.
The Atlanta VA Healthcare System seeks two portable x-ray units for its Radiology department, replacing decommissioned equipment. These units are critical for providing diagnostic plain film x-ray studies to over 50,000 patients annually, including inpatients and ED patients. The technical specifications include a 32 kW high-frequency generator, 40-150 kV range, and 0.1-320 mAs range. The units must feature a 14x17 inch wireless detector, automatic dose control, and an onboard touch screen display. Software requirements include rapid image display, annotation, multiple processing algorithms, and dose reduction capabilities. Security and connectivity mandate an OEM-supported operating system, DICOM compatibility, wireless connectivity to the VA network (FIPS 140-2/140-3 compliant), an encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips VuePacs. Training includes on-site clinical applications for 15 technologists and super-users, with continuing education credits. Biomedical technician training information is also required. Service requirements involve VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and manufacturer-required PMs. Preferred
The Atlanta VA Healthcare System's Nuclear Medicine department requires a new bone densitometry (DXA) system to replace its end-of-life Hologic Horizon A DXA system. The new system must meet specific technical requirements, including scan times, patient table capacity, and various assessment functionalities like FRAX, AFF, and whole-body BMD composition. It also needs to support migration of 35,000 existing studies, comply with security standards such as encrypted hard drives and PACS compatibility, and offer comprehensive on-site clinical and biomedical technician training. The VA also seeks added value in extended warranty and post-warranty remote diagnostic services. The existing Hologic Horizon A system is available for trade-in.
The Atlanta VA Healthcare System's Nuclear Medicine department requires a new bone densitometry (DXA) system to replace its end-of-life Hologic Horizon A DXA system. The new system must perform 1,500 studies annually, offering efficient workflow, rapid analysis, and faster data transfer. Key technical specifications include specific scan times, a 500 lbs patient table capacity, 27-inch monitor, and 500 GB storage. The system must be a fan-beam type with daily calibrations, integrated dose reporting, and various assessment functionalities like FRAX, IVA, and Whole-Body BMD Composition. Migration of 35,000 existing studies (89 GB) is crucial, along with project management and technical support. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility, and wireless connectivity. Training for 10 technologists, 5 physicians, and 1 physicist is required, with continuing education credits for technologists. A one-year warranty covering parts, labor, and PMs is mandatory, with options for extended warranty and post-warranty remote diagnostics being added value. A Hologic Horizon A system is available for trade-in.
The Atlanta VA Healthcare System's Nuclear Medicine department is seeking to replace its end-of-life Hologic Horizon A DXA system with a new bone densitometry (DXA) system and accessories. The new system must meet specific technical requirements, including scan times, physical dimensions, and advanced assessment capabilities like FRAX and vertebral fracture detection. Migration of 35,000 existing studies (89 GB) from the old system is mandatory, along with comprehensive on-site clinical training for technologists and physicians. The vendor must provide a one-year warranty, remote diagnostic capabilities, and specific documentation, including operator and service manuals. Preferred added-value offerings include extended warranties, a post-warranty remote diagnostic program, and a higher patient table load capacity. The existing Hologic Horizon A system is available for trade-in, and vendors are encouraged to offer credits for it.
The Atlanta Veterans Affairs Healthcare System (ATL VA HCS) seeks a new bone densitometry (DXA) system to replace its end-of-life Hologic Horizon A DXA, which performs 1,500 studies annually. The new system must offer efficient workflow, rapid analysis, and faster data transfer. Key technical requirements include specific scan times for various body parts, a minimum patient table load of 500 lbs, a 27-inch monitor, and 500 GB hard drive storage. The system must also feature a fan beam, daily calibrations, integrated dose reporting, UPS functionality, and advanced analysis capabilities like FRAX and Whole-Body BMD Composition. Migration of 35,000 existing studies (89 GB) is mandatory, along with robust security, including PACS compatibility and FIPS 140-2/3 compliant wireless connectivity. Clinical training for technologists and physicians is required, plus an optional biomedical technician training. A one-year warranty with remote diagnostics and service manuals is essential. Additional warranty, post-warranty remote diagnostics, and a higher patient weight capacity are preferred. The proposal also allows for the trade-in of the current Hologic Horizon A system.
This government file outlines the technical, training, and service requirements for an ultrasonic system for the Lee County VA Clinic. The system needs to include two transducers (imaging and non-imaging) and support various diagnostic studies like Arterial Duplex, Carotid Duplex, and Abdominal scans. Key technical specifications include a minimum 20-inch screen, various scanning modes (2D, 3D, Doppler), and specific control panel features. Training requirements involve on-site clinical applications training for technologists and available biomedical technician training. Service mandates include VPN/remote access for diagnostics, provision of operator and service manuals, and a one-year manufacturer's warranty. The VA also offers existing Philips Healthcare equipment for trade-in and encourages vendors to propose added value offerings like extended warranties or additional transducers.
The Bay Pines VA Health Care System's Surgery Department is soliciting proposals for two mobile mini C-arms for orthopedic and other surgical applications. The Request for Proposal (RFP) outlines detailed technical specifications, including unit physical specifications (e.g., flat panel detector, minimum detector size of 10cm, various ranges of motion), additional features (e.g., image magnification, touchscreen monitor, continuous fluoroscopy), advanced orthopedic applications (e.g., metallic edge suppression, bone visualization optimization), and robust security/connectivity requirements (e.g., encrypted hard drive, PACS compatibility, wireless connectivity with FIPS 140-2/3 compliance). The RFP also specifies training requirements for clinical staff and biomedical technicians, service requirements including remote diagnostics and comprehensive manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings beyond the minimum requirements. Two existing Hologic Inc. Fluoroscan Insight-FD units are available for trade-in. The deadline for compliance matrix submission is September 16, 2025.
The Bay Pines VA Health Care System's Surgery Department requires two mini C-arms for orthopedic and other surgical procedures. The technical specifications include a mobile R/F unit with a flat panel detector, minimum detector size of 10 cm, 21 cm image intensifier, and 7 lp/mm spatial resolution. Key features include image magnification (3 settings), tube head controls, wired foot pedal, centering light, flat panel workstation with integrated keyboard, user-configurable dose warning, digital image manipulation, easy C-arm positioning, continuous fluoroscopy, and automatic brightness stabilization. Orthopedic advanced applications include metallic edge suppression, bone visualization optimization, on-screen measurement tools, and image comparison tools. Security requirements mandate an OEM-supported OS, latest DICOM standards, encrypted hard drive, PACS compatibility with VA VistA Imaging and Philips IntellisSpace PACS, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and integration with Bayer Radimetrics Dose Tracking System. Training includes on-site clinical applications for 4 physicians, with follow-up. Service requirements cover VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty including parts, labor, and PMs. The document also includes information on trade-in equipment: two Hologic Inc FLUOROSCAN INSIGHT-FD units.
The Lee County VA Clinic's Surgery service requires one new ultrasonic scanning system for diagnostic imaging, including two transducers. The system must meet specific technical requirements, such as a minimum 20-inch screen, 60-minute battery life, and various scanning and Doppler modes. It also needs a physical keyboard, touchscreen, and PACS compatibility with VA VistA Imaging and Philips ICV. The clinic requires on-site clinical training for technologists, with continuing education credits. Vendors must provide service and operator manuals, a one-year warranty, and offer optional added-value features like an extended warranty and needle enhancement. The procurement includes trade-in options for an existing Philips Epiq 7 ultrasound machine and Philips X5-1 transducers. Vendors must submit comprehensive documentation, including pre-procurement forms, MDS2, FIPS certification, product brochures, and technical specifications.
The VA Big Spring TX facility's Pulmonary department requires one premium compact cardiovascular ultrasound system. The RFP details extensive technical specifications, including a 17-inch screen, various scanning modes (2D, M-Mode, Doppler, 4D Power Doppler), and advanced features like image fusion, elastography, and needle enhancement. Control panel requirements include a physical keyboard and touchscreen. Analysis packages must cover procedural, abdominal, cardiovascular, and 3D quantification. The system needs non-imaging CW (2 MHz) and sector (5-1 MHz) transducers. Security features mandate an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and ISCV, alongside FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for technologists, with off-site biomedical training as an option. The warranty must cover one year, with added value for extended warranty and remote diagnostic services. Vendors must provide comprehensive documentation, including manuals, brochures, technical sheets, and support information. The VA has no trade-in units.
The VA Big Spring, Texas facility requires a premium compact cardiovascular ultrasound system for its Pulmonary department to diagnose veteran patients. The system must meet detailed technical specifications, including a 17-inch screen, 2 split screens, 4 transducer ports, 1 day/TB image storage, and 30 minutes battery life, with a maximum weight of 500 lbs. It must support various scanning modes, Doppler displays, and advanced features like image storage and specific analysis packages. The procurement includes a non-imaging CW transducer and a sector transducer. Training requirements involve on-site clinical applications for two technologists, with continuing education credits, and optional off-site biomedical technician training. Service mandates a one-year warranty, remote diagnostic capabilities via VPN, and provision of operator and service manuals. Vendors are encouraged to offer added value like extended warranties and post-warranty service programs. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Gulf Coast Veterans Health Care System in Biloxi, MS, is seeking a replacement mobile radiographic unit for its Imaging Service. The RFP details extensive technical specifications for the new unit, including generator power (30 kW), kV and mAs ranges (40-150 kVp, 0.1-320 mAs), tube rotation, hard drive capacity (500 GB), and detector requirements (1 wireless, 14x17 inch minimum, 3.5 Ip/mm resolution). Additional features such as automatic dose control, an onboard image touchscreen, and various software solutions like rapid image display and annotation are mandatory. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging. Training for both clinical technologists and biomedical technicians is required, along with comprehensive service requirements including VPN/remote access and operator/service manuals. Vendors are encouraged to offer added value such as extended warranties and enhanced features, and must submit specific documentation like a pre-procurement assessment form, MDS2 form, and product brochures. The facility also has an existing Canon RADPRO 40KW unit available for trade-in.
The Gulf Coast Veterans Healthcare System seeks a replacement portable X-ray unit for the Biloxi VA Medical Center's Imaging Department. The request outlines detailed technical specifications for the radiographic unit, including generator power, kV range, tube rotation, computer hard drive, and physical dimensions. It also specifies requirements for the wireless detector configuration, such as quantity, size, resolution, and battery life. Additional specifications cover features like automatic dose control, on-board displays, collapsible columns, and various movement capabilities. Software solutions are needed for rapid image display, annotation, multiple image processing algorithms, and dose reduction. Security and connectivity requirements include OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS compliance, encrypted hard drive, and PACS integration. The solicitation mandates on-site clinical training for technologists and super users, as well as optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. The document also lists preferred "added value" specifications like extended warranty, bigger display, and compatibility with Cerner CareAware MultiMedia. A Canon RADPRO 40KW unit is available for trade-in.
The Gulf Coast Veterans Health Care System seeks a replacement portable X-ray unit for its Biloxi VA Medical Center's Imaging Service, replacing an existing Canon USA RADPRO 40KW. The request specifies detailed technical requirements for the mobile radiographic unit, including generator power (30 kW), kV range (50-125 kVp), mAs range (0.1-320 mAs), and detector specifications (14x17 inch minimum size, 3.5 lp/mm resolution). Additional requirements cover software solutions like rapid image display and annotation, as well as security and connectivity standards such as PACS compatibility and encrypted hard drives. The RFP also outlines comprehensive training for clinical technologists and biomedical technicians, along with service requirements including VPN/remote access and detailed manuals. Preferred added-value specifications, such as a higher kV range and lighter detector, are noted. Vendors must provide specific documentation, including product brochures and security forms. A trade-in option for the current operational RADPRO 40KW unit is also available.
The Gulf Coast Veterans Healthcare System in Biloxi, MS, is requesting a replacement portable X-ray unit for its Imaging Department. The new unit must meet specific technical requirements, including a 30 kW high-frequency generator, a 50-125 kVp generator kV range, and a minimum 500 GB hard drive. It requires one wireless detector with a minimum size of 14x17 inches and a battery life of 30 minutes. Additional specifications include automatic dose control, an on-board image touch screen, and various software solutions for image display, annotation, and editing. The system must also meet security and connectivity requirements, including OEM-supported OS, DICOM compatibility, wireless connectivity to the VA network, and PACS compatibility with VA VistA Imaging. Training for 10 technologists and 2 super users is required, along with biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The solicitation also outlines preferred added-value specifications and documentation requirements, as well as provisions for trading in the existing Canon RADPRO 40KW unit.
This government file details a request for a cardiovascular ultrasound system for the Birmingham VA Medical Center's Patient Care Service. The RFP outlines extensive technical specifications, including minimum screen size (24 inches), various scanning modes (2D, 3D, Doppler), control panel features (physical keyboard, touchscreen), and additional functionalities like image annotation and PACS compatibility. It also specifies requirements for analysis packages, transducers (11-4 MHz frequency range), and advanced security features such as an OEM-supported operating system and encrypted hard drive. The proposal mandates comprehensive training for five technologists and five physicians, along with biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals, and a one-year manufacturer's warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic services. Other required documentation includes product brochures, technical specification sheets, and FIPS 140-2 or 140-3 certification, if applicable.
The Birmingham VA Medical Center seeks to acquire one cardiovascular ultrasound system for its cardio specialty clinic. The technical requirements specify a unit with a minimum 24-inch screen, 360-degree monitor rotation, 5 transducer ports, unlimited image storage, and 45 minutes of battery life. The system must support 2D, 3D, M-Mode, Pulsed Wave, Continuous Wave, and Color Doppler scanning, with frequency, velocity, and power displays. Control panel features include a physical and touchscreen keyboard, and an articulating support arm. Additional requirements cover multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility (VA VistA Imaging and Philips), and encrypted hard drive. Training includes on-site clinical applications for 5 technologists and 5 physicians, with continuing education credits for technologists. The vendor must provide VPN/remote access for service, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added values include additional warranty years and a post-warranty remote diagnostic service program.
The Birmingham VA Medical Center seeks a cardiovascular ultrasound system for its cardio specialty clinic, outlining detailed technical, training, and service requirements. Key technical specifications include a 24-inch minimum screen, 360-degree monitor rotation, five transducer ports, unlimited image storage, and 45-minute battery life. The system must support various scanning modes, Doppler displays, and control panel features, including a physical keyboard and touchscreen. Advanced features like multi-modality display, one-button image optimization, and specific applications for imaging specialties are mandatory. Security requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility. Training for five technologists and five physicians, along with biomedical technician training, is required. Service mandates VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional years of warranty and post-warranty remote diagnostic service are preferred.
The Birmingham VA Medical Center seeks one cardiovascular ultrasound system for its cardio specialty clinic, outlining detailed technical, training, and service requirements. Key technical specifications include a minimum 24-inch screen, 360-degree monitor rotation, 5 transducer ports, unlimited image storage, and 45 minutes of battery life. The system must support 2D, 3D, M-Mode, and various Doppler scanning modes, alongside advanced analysis packages like Vascular and Cardiac 3D Quantification. It requires specific transducers (Transthoracic Echo and Vascular) and robust security features, including DICOM, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips. Training mandates on-site clinical applications for 5 technologists and 5 physicians, with follow-up sessions and CME credits for technologists. Biomedical technician training information, though not awarded with equipment, must be provided as an optional off-site service. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranties and post-warranty remote diagnostic programs.
The VA Boston Healthcare System in Jamaica Plain, MA, is soliciting proposals for a mobile Radiographic/Fluoroscopic (R/F) unit. The request outlines detailed technical specifications, including a flat panel detector, a minimum detector size of 12 inches, wireless foot pedal, reference monitor, and measurement software. The unit must also feature a workstation with high-resolution monitors, integrated keyboard, automatic video playback, digital image manipulation, USB/DVD/CD drive, audible/visual x-ray warning, touchscreen, and continuous fluoroscopy. Advanced applications like Digital Subtraction Angiography (DSA) and advanced vascular imaging capabilities are required. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility (VA VistA Imaging and vendor-neutral). The RFP also specifies training for technologists and biomedical technicians, comprehensive service requirements including remote diagnostics and manuals, a one-year warranty, and an option for trade-in of an existing GE Healthcare OEC 9900 ELITE unit.
The VA Boston Healthcare System in Jamaica Plain, MA, requires a portable Radiographic/Fluoroscopic (R/F) unit for surgical, orthopedic, critical, and emergency care. The R/F unit must be mobile, feature a flat panel detector (minimum 12 inches), and include a wireless foot pedal, a workstation with high-resolution monitors, measurement software, and advanced applications like Digital Subtraction Angiography (DSA) and Roadmap technology. Security requirements include an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility (VA VistA Imaging and vendor-neutral), and FIPS 140-2/3 compliant wireless connectivity. The contractor must provide installation, clinical training for ten technologists, and detailed biomedical technician training information. Service requirements include remote diagnostic capabilities via VPN, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering all parts and labor, including manufacturer-required PMs. Additional warranty years are considered added value. The project also involves the trade-in of an operational GE Healthcare OEC 9900 ELITE unit.
The VA Boston Healthcare System in West Roxbury, MA, is soliciting proposals for a mobile Radiographic/Fluoroscopic (R/F) unit. The request outlines detailed technical requirements, including a full R/F unit with a flat panel detector (minimum 12 inches), wireless foot pedal, reference monitor, and measurement software. Additional specifications cover features like a flat panel workstation, integrated keyboard, automatic video playback, digital image manipulation, DVD/CD/USB drive, audible/visual x-ray warning, touchscreen monitor, continuous fluoroscopy, and advanced applications such as Digital Subtraction Angiography (DSA) with enhanced capabilities. Security and connectivity requirements mandate an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging and vendor-neutral systems, and FIPS 140-2 or 140-3 compliant wireless connectivity. The RFP also specifies training for clinical staff and biomedical technicians, service requirements including VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties. The proposal also includes a trade-in option for an operational GE Healthcare OEC 9900 ELITE unit.
The VA Boston Healthcare System seeks a portable Radiographic/Fluoroscopic (R/F) unit for surgical, orthopedic, critical, and emergency care. The unit must be mobile, feature a flat panel detector (minimum 12 inches), and include wireless foot pedal, dual/single high-resolution monitors, integrated keyboard, measurement software, automatic video playback, digital image manipulation, selectable dose settings, 180° "rainbow" C-arm positioning, DVD/CD/USB drive, audible/visual X-ray warning, touchscreen monitor with rotation/tilt, and continuous fluoroscopy. Advanced applications like Digital Subtraction Angiography (DSA), pulsed cine Bolus chase imaging, and Roadmap technology are required, along with robust security (OEM OS, DICOM, encrypted hard drive, PACS, FIPS 140-2/3 compliant wireless). Training for 10 technologists and optional biomedical technician training are specified. The vendor must provide VPN/remote access, service/operator manuals, and a one-year warranty covering parts, labor, and PMs. An additional warranty year is preferred. The procurement also includes trade-in of a GE Healthcare OEC 9900 ELITE unit.
The VA Boston Healthcare System is soliciting proposals for a mobile radiographic unit to be used in surgical, orthopedic, critical, and emergency care. The RFP details specific technical requirements for the unit, including generator power, kV range, mAs range, tube rotation, hard drive capacity, SID, and X-ray tube kUH. It also outlines requirements for wireless detectors, additional features like on-board displays and collapsible columns, and software solutions for image processing and dose reduction. Security and connectivity requirements include OEM-supported OS, encrypted hard drives, and PACS/VA VistA Imaging compatibility. The RFP mandates clinical training for technologists and biomedical technician training, along with a one-year warranty covering parts, labor, and PMs. Vendors must provide service and operator manuals, product brochures, technical specification sheets, and demonstrate support structures. No trade-in units are offered by the VA.
The VA Boston Healthcare System requires a mobile radiographic unit (XR PORT RAD) for surgical, orthopedic, critical, and emergency care. The contractor must provide all necessary labor, equipment, and services, including installation at 1400 VFW Parkway, West Roxbury, MA. Key technical specifications include a 40 kW high-frequency generator, 40-125 kV range, 0.1-500 mAs range, and a 128 GB hard drive. The unit must include one 14x17 inch wireless detector with shock protection, an on-board touchscreen, collapsible column, and various software solutions for image processing and dose reduction. Security requirements mandate an OEM-supported OS, DICOM compatibility, FIPS 140-2/3 compliant wireless connectivity, an encrypted hard drive, and PACS/Radimetrics integration. Training includes on-site clinical instruction for 10 technologists and optional biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty including parts, labor, and PMs. The VA has no trade-in units.
The VA Boston Healthcare System requires a portable radiographic unit for surgical, orthopedic, critical, and emergency care. The RFP details technical specifications, including a 30 kW generator, 40-125 kV range, and 0.1-500 mAs range, along with wireless detectors (14x17 inch minimum). Additional features like a touchscreen display, collapsible column, and algorithms for tube/line reprocessing are mandated. Software requirements include image annotation, multiple processing algorithms, standard editing functions, and dose reduction capabilities. Security and connectivity demand an OEM-supported OS, encrypted hard drive, PACS compatibility (vendor-neutral and VA VistA Imaging), and integration with Radimetrics. Training for 10 technologists and biomedical technicians, along with a one-year warranty covering parts, labor, and PMs, are also specified. Vendors must provide documentation such as pre-procurement forms, MDS2, FIPS 140-2/140-3 certification, product brochures, and technical drawings.
The VA Boston Healthcare System requires a portable radiographic unit for surgical, orthopedic, critical care, and emergency procedures. This request for proposal details technical specifications including a 30 kW generator, 40-125 kV range, and a 14x17 inch wireless detector. The unit must feature an onboard touchscreen, collapsible column, and various software solutions like image annotation and dose reduction. Security requirements include an OEM-supported operating system, DICOM compliance, wireless connectivity to the VA network (FIPS 140-2/3), an encrypted hard drive, and PACS compatibility (vendor-neutral and VA VistA Imaging). Training involves on-site clinical applications for ten technologists and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Vendors must provide additional documentation such as a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical drawings. There are no trade-in units.
The VA Boston Healthcare System is soliciting proposals for a diagnostic ultrasonic scanning system for its Jamaica Plain campus. The RFP outlines detailed technical specifications, including a minimum 21-inch screen with full articulation, at least three transducer ports, 1TB image storage, and over 120 minutes of battery life. Required scanning modes include 2D, 3D freehand, and various Doppler types. The system must also feature a physical keyboard, multi-modality display, image annotation, one-button optimization, programmable protocols, and PACS compatibility. Analysis packages for abdominal, musculoskeletal, vascular, and other specialties are required, along with specific transducers. Security requirements include an OEM-supported operating system, encrypted hard drive, and FIPS-compliant wireless connectivity. The vendor must provide on-site clinical and biomedical technician training, a one-year warranty with PMs, and remote diagnostic capabilities. No trade-in units are available.
This document outlines the VA Boston Healthcare System's requirements for purchasing and installing a diagnostic ultrasonic scanning system at its Jamaica Plain campus. The system must meet detailed technical specifications, including a 21-inch screen, full articulation, over three transducer ports, 1TB image storage, and over 120 minutes of battery life. It must support 2D, 3D, and various Doppler scanning modes, feature a physical keyboard, and offer multi-modality display, image annotation, and one-button optimization. The system needs specific analysis packages for abdominal, musculoskeletal, vascular, and other specialties, and come with five specific transducers. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. The contractor must provide on-site clinical training for five technologists, offer biomedical technician training, and include a one-year warranty with remote diagnostics. Optional additions like extended warranty are encouraged for added value. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specifications.
The VA Boston Healthcare System in Jamaica Plain, MA, is soliciting proposals for a diagnostic ultrasonic scanning system. The RFP outlines detailed technical specifications, including a minimum 21-inch screen, 360-degree monitor rotation, 1TB image storage, and 60-minute battery life. Required scanning modes include 2D, 3D freehand, and various Doppler functionalities. The system must also feature specific control panel and advanced functions like image annotation and programmable protocols. Analysis packages for abdominal, musculoskeletal, vascular, and other specialties are mandatory, along with specific transducers. Security requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility. The proposal also mandates clinical and biomedical technician training, a one-year warranty, remote diagnostic capabilities, and comprehensive documentation, with additional warranty years considered as added value. Vendors must adhere to strict formatting for responses and address all specified requirements.
The VA Boston Healthcare System in Jamaica Plain, MA, requires one diagnostic ultrasonic scanning system. This document outlines the technical specifications for the system, including a minimum 21-inch screen, 1TB image storage, and 60-minute battery life, along with 2D, 3D, and various Doppler scanning modes. Key features include a physical keyboard, articulating support arm, multi-modality display, one-button optimization, and PACS compatibility with VA VistA Imaging. The system must also support specific analysis packages (e.g., abdominal, vascular, obstetric) and include five types of transducers. Security requirements mandate an OEM-supported operating system, encrypted hard drive, and FIPS 140-2/140-3 compliant wireless connectivity. Training for five technologists and biomedical technicians, along with a one-year warranty covering parts, labor, and PMs, are mandatory. Vendors should also provide remote diagnostic capabilities and service manuals. Optional additions like extended warranty and off-site technical training are encouraged.
The VA Boston Healthcare System in Brockton, MA, is soliciting proposals for a diagnostic ultrasonic scanning system to be used in its Radiology Department. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 21-inch screen with full articulation, over 1TB image storage, and a battery life exceeding 120 minutes. Required scanning modes include 2D, 3D (freehand), Pulsed Wave, Continuous Wave, and Tissue Doppler. The system must also feature specific Doppler displays, a physical keyboard, and various additional specifications such as multi-modality display, image annotation, and one-button optimization. The RFP details required analysis packages (e.g., abdominal, musculoskeletal, vascular), and specifies four types of transducers with defined frequency ranges. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging. The contract also mandates on-site clinical training for five technologists and biomedical technician training. Vendors must provide a one-year warranty covering parts, labor, and PMs, and are encouraged to offer additional warranty years and remote diagnostic services. There is also an option for trade-in of an existing Philips IU-22 system.
The VA Boston Healthcare System in Brockton, MA, requires one diagnostic ultrasonic scanning system. The system must meet specific technical requirements, including a minimum 21-inch screen with full articulation, more than three transducer ports, 1TB of image storage, and over 120 minutes of battery life. It must support 2D, 3D freehand, Pulsed Wave Doppler, Continuous Wave Doppler, and Tissue Doppler Imaging. The control panel needs a physical keyboard and an articulating support arm. Additional features include multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, and specific analysis packages (abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, breast). Four transducers with specific frequency ranges are required. Security features mandate an OEM-supported OS, DICOM compliance, encrypted hard drive, and wireless connectivity. The contract includes on-site clinical training for five technologists and detailed biomedical technician training information. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty with PMs. Additional years of warranty are preferred. The contractor must provide various documents, including a pre-procurement assessment form and product brochures. A Philips IU-22 ultrasonic system is available for trade-in.
This document outlines the requirements for a diagnostic ultrasonic scanning system for the VA Boston Healthcare System in Brockton, MA. The Request for Proposal details technical specifications including physical dimensions (21-inch screen, 360-degree monitor rotation, 120-degree tilting, 3 transducer ports, 1TB image storage, 60-minute battery life), scanning modes (2D, 3D freehand, Pulsed Wave, Continuous Wave, Tissue Doppler), Doppler displays, and control panel features. It also specifies advanced features such as multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, elastography, and standby mode. Analysis packages for various medical specialties and transducer types with specific frequency ranges are required. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility (VA VistA Imaging, VNA, DICOM, wireless). Training for clinical technologists and biomedical technicians, along with a one-year warranty, remote diagnostics, and detailed manuals, are mandatory. The RFP also includes preferred additional value offerings like extended warranties and information on trade-in equipment.
The VA Boston Healthcare System in Brockton, MA, is soliciting proposals for one diagnostic, ultrasonic scanning system for its Radiology department. The system must meet specific technical requirements, including a minimum 21-inch screen, 360-degree monitor rotation, 1Tb image storage, and 60-minute battery life. It must support 2D, 3D (freehand), Pulsed Wave, Continuous Wave, and Tissue Doppler Imaging modes, with Power Doppler display and 3-degree steering increments. Control panel specifications include a physical keyboard and an articulating support arm. Additional features like multi-modality display, one-button optimization, PACS compatibility, and specific analysis packages (abdominal, musculoskeletal, vascular, etc.) are required. Four transducers with defined frequency ranges are also mandatory. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, and FIPS 140-2/140-3 compliant wireless connectivity. Training for five technologists (on-site and follow-up) and biomedical technicians is required. Vendors must provide VPN/remote access for service, two copies of operator and service manuals, and a one-year manufacturer's warranty. An additional year of warranty is preferred. The proposal also includes a trade-in for a Philips IU-22 system.
The VA Boston Healthcare System is soliciting proposals for a mobile Radiographic/Fluoroscopic (R/F) unit for its Jamaica Plain facility. The RFP outlines detailed technical specifications, including a flat panel detector, minimum detector size of 12 inches, 40,000 image capacity, and various features like image magnification, wireless foot pedal, and touchscreen monitor. Advanced applications such as Digital Subtraction Angiography (DSA) and advanced vascular/orthopedic imaging profiles are required. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging, Philips Carestream), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). The proposal also specifies on-site clinical training for technologists and physicians, and biomedical technician training. Vendors must provide service and operator manuals, a one-year warranty, and are encouraged to offer additional warranty years and compatibility with the ROSA hip system. Trade-in options for existing GE Healthcare OEC 9900 Elite and Sony Corp of America UP-D72XR units are available.
The VA Boston Healthcare System requires a portable Radiographic/Fluoroscopic (R/F) unit for surgical, orthopedic, critical, and emergency care. The RFP details technical specifications, including a mobile R/F unit with a flat panel detector, 12-inch minimum detector size, 152-degree orbital rotation, and 15 kW generator output. Advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic optimization are required. The unit must meet security and connectivity standards, including DICOM compatibility, encrypted hard drive, and wireless connectivity to the VA network. Training for 10 technologists and 3 physicians, including CME credits, is mandatory. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. Added value considerations include an extended warranty and compatibility with the ROSA hip system. Trade-in options for existing GE Healthcare OEC 9900 Elite and Sony Corp of America UP-D72XR units are also outlined.
The VA Boston Healthcare System requires two ultrasonic scanning systems for its Anesthesiology department across Jamaica Plain and West Roxbury campuses. The systems must meet specific technical requirements, including a minimum 15-inch screen with full articulation, 40-65 degrees monitor rotation, 3 transducer ports, 120 minutes battery life, and a maximum weight of 30 lbs. Key scanning modes like 2D, Tissue Harmonic Imaging, and various Doppler displays are mandatory. Control panels must feature a touchscreen, keyboard, and black-and-white printer. Additional specifications include multi-modality display, image annotation, one-button optimization, programmable protocols, and PACS compatibility. Required transducers are C5-1 (1-5 MHz) and L15-4 (4-15 MHz). Security features demand an OEM-supported OS, DICOM compliance, encrypted hard drive, VA VistA Imaging PACS compatibility, and FIPS 140-2/3 compliant wireless connectivity. The vendor must provide on-site clinical training for six physicians, detailed biomedical technician training, and a minimum one-year warranty covering parts, labor, and PMs. Optional offerings for extended warranty, service, and off-site training are encouraged. The procurement also includes trade-in of two Sonosite S-Nerve units. Vendors must provide comprehensive documentation, including manuals, product brochures, and security certifications.
The VA Boston Healthcare System requires two ultrasonic scanning systems for its Anesthesiology service at the Jamaica Plain campus. These systems, critical for acute and chronic pain teams, must provide optimal clarity for patient safety. Key technical specifications include a minimum 15-inch screen with full articulation, over 120 minutes of battery life, and a maximum weight of 30 lbs. The systems must support various scanning and Doppler modes, touchscreen controls, and advanced features like image storage and PACS compatibility. Required analysis packages include Abdominal, Musculoskeletal, and Vascular. The procurement also mandates specific transducers (C5-1 and L15-4). Training for six physicians and biomedical technicians is required, with off-site technical training quoted as an optional item. The vendor must provide remote diagnostic services, operator and service manuals, and a minimum one-year warranty covering parts, labor, and preventative maintenance. The RFP encourages additional warranty offers. Two Sonosite S-Nerve units are available for trade-in. The contractor is responsible for all labor, equipment, and installation.
The VA Boston Healthcare System seeks to procure two fully functional ultrasonic scanning systems for its Anesthesiology department, serving both Jamaica Plain and West Roxbury campuses. The Request for Proposal (RFP) outlines detailed technical specifications for the units, including physical dimensions, scanning modes (2D, Tissue Harmonic, M-Mode, Doppler variants), Doppler displays, control panel features (touchscreen, printer), and additional specifications like image annotation and PACS compatibility. Required analysis packages include Abdominal, Musculoskeletal, and Vascular. The solicitation also specifies two types of transducers (C5-1 and L15-4) with defined frequency ranges. Key security and connectivity requirements involve an OEM-supported operating system, DICOM compliance, encrypted hard drives, and wireless connectivity with FIPS 140-2/3 compliance. Training requirements cover on-site clinical applications for physicians and detailed biomedical technician training. Service mandates include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and comprehensive service support. The RFP also includes trade-in details for two Sonosite S-Nerve units.
The VA Boston Healthcare System requires two ultrasonic scanning systems for its Anesthesiology acute and chronic pain teams at the Jamaica Plain and West Roxbury campuses. The systems must meet specific technical requirements, including a minimum 15-inch screen, 120-degree tilting, 40-65 inch monitor height range, three transducer ports, 75 minutes of battery life, and a maximum weight of 70 lbs. Required scanning modes include 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler, and Tissue Doppler Imaging. Control panels must feature a touchscreen, on-screen keyboard, and a black-and-white printer. The systems must have multi-modality display, image annotation, one-button image and Doppler optimization, programmable protocols, PACS compatibility, and the ability to create patient worklists offline. Analysis packages for abdominal, musculoskeletal, small parts, vascular, pelvic, obstetric, and breast imaging are mandatory. Two transducers, C5-1 (1-5 MHz) and L15-4 (4-15 MHz), are required. Advanced features include image storage. Security requirements specify an OEM-supported operating system, latest DICOM features, encrypted hard drive, VA VistA Imaging PACS compatibility, and FIPS 140-2 or 140-3 compliant wireless connectivity. Training for six physicians and biomedical technicians is required. Vendors must provide VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Optional offerings, such as additional warranty years and enhanced service support, are encouraged for added value. Trade-in of two Sonosite S-Nerve units is offered.
The VA Boston Healthcare System requires two point-of-care ultrasound units for its Women’s Health and Gynecology departments in Jamaica Plain and Brockton. These units will facilitate gynecological imaging, including IUD placements, to reduce care delays. The technical specifications demand a minimum 12-inch screen, 60-degree monitor rotation and tilting, 4 hours of battery life, and specific dimensions and weight limits. Required features include 2D/3D scanning, various Doppler displays, a touchscreen control panel with a keyboard, and multiple additional functionalities like image annotation and PACS compatibility. The units must support abdominal, pelvic, and obstetric analysis packages and come with specific transducers. Security requirements include an OEM-supported operating system, encrypted hard drive, DICOM compatibility, and FIPS 140-2/3 compliant wireless connectivity. Vendors must provide on-site clinical training for technologists and physicians, and technical training for biomedical staff. The equipment requires a one-year warranty covering parts, labor, and PMs, with remote diagnostic service provided via VPN. Preferred added-value offerings include extended warranties. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical sheets, and typical CAD drawings.
The VA Boston Healthcare System's Women’s Health Clinic requires two point-of-care ultrasonic scanning systems for its Jamaica Plain and Brockton sites. These units will facilitate gynecological imaging, particularly for procedures like IUD placement, to reduce care delays. Technical requirements include specific physical dimensions, scanning modes (2D, 3D, M-Mode, Tissue Harmonic Imaging), Doppler displays (frequency, velocity, power, duplex, triplex), and control panel features like a touchscreen and keyboard. The units must also have image annotation, one-button optimization, programmable protocols, PACS compatibility, and various analysis packages (abdominal, pelvic, obstetric). Transducers required are curved array, transvaginal, and transrectal. Security features include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training for clinical staff and biomedical technicians is mandatory, with off-site training offered as an optional item. Service requirements include VPN/remote access for diagnostics and a one-year warranty covering parts, labor, and PMs. Additional warranty years are considered added value. Vendors must also provide specific documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical training information.
The VA Boston Healthcare System's Women's Health Clinic requires two point-of-care ultrasound units for its Jamaica Plain and Brockton sites. These units will support gynecological imaging for women Veterans, facilitating procedures like IUD placement and potentially Saline Infusion Sonography (SIS), thereby reducing care delays. The technical specifications include a minimum 12-inch screen, various scanning modes (2D, 3D, M-Mode), Doppler displays (frequency, velocity, power), touchscreen controls, and specific analysis packages (abdominal, pelvic, obstetric, automated IUD placement software). The units must also meet security standards, including an OEM-supported operating system, encrypted hard drive, and PACS compatibility. Training requirements include on-site clinical application training for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access capabilities, provision of operator and service manuals, and a one-year manufacturer's warranty. Vendors are encouraged to offer added value such as extended warranties. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specification sheets, and support information.
The VA Boston Healthcare System's Women’s Health Clinic requires two point-of-care ultrasonic scanning systems for gynecological imaging at its Jamaica Plain and Brockton sites. These units will facilitate procedures like IUD placement, reducing the need for separate Radiology appointments and improving patient care. The technical specifications include a minimum 12-inch screen, various scanning modes (2D, 3D, Image Fusion), and Doppler displays. Control panel requirements include a touchscreen and keyboard. Additional features such as image annotation, one-button optimization, and PACS compatibility are also mandated. The systems must include analysis packages for abdominal, pelvic, obstetric, and IUD placement. Required transducers include curved array, transvaginal, and transrectal. Security features demand an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements specify on-site clinical training for 5 technologists and 5 physicians, with optional off-site biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Additional warranty years are considered added value. Vendors must provide specific documentation, including a pre-procurement assessment form and MDS2 form.
This document outlines the VA Boston Healthcare System's requirements for a new 3T Magnetic Resonance scanning system for diagnostic MRI examinations. The RFP details extensive technical specifications, including a 3T magnetic field strength, 70cm minimum bore width, and a detachable table with a 450 lbs load capacity. Key features required encompass various advanced technologies such as compressed sense, motion correction, helium save, noise reduction, and advanced exam planning. The system must also include a range of coils (e.g., torso, knee, head/neck/spine), multiple advanced applications (e.g., neuro, ortho, cardiovascular), and robust safety systems (e.g., magnet quenching, door threshold magnetic detection). Workstation and security requirements cover processing workstations, DVD/CD drives, OEM-supported OS, encrypted hard drives, and PACS compatibility. The VA also requests comprehensive clinical and biomedical technician training, extended warranty options, remote diagnostic services, and specific documentation like operator and service manuals. The document additionally lists existing equipment available for trade-in, including a GE Healthcare Discovery 750W MRI, various coils, an injector, a UPS, and a chiller.
The VA Boston Healthcare System in West Roxbury, MA, requires a replacement 3T Magnetic Resonance scanning system for diagnostic MRI examinations. The contractor must provide all necessary labor, equipment, and services for a fully functional installation at 1400 VFW Parkway, Building #1, Room GB155. Key technical specifications include a 3T magnetic field strength, minimum 70cm bore width, and 32 channels. The system needs a detachable table with a 450 lbs capacity, integrated coil design, and various advanced features like compressed sense, motion correction, helium save technology, and noise reduction. Additional requirements encompass a UPS for 15 minutes of full functionality, an integrated music system, video monitoring, an MRI-compatible injector, cryogens, and a chiller. The project also requires one processing/reading workstation, specific MRI coils (torso, knee, shoulder, etc.), and safety systems for magnet quenching. Advanced applications such as 3D processing, Neuro, Ortho, Body, Cardiovascular, Muscular, Oncology, Vascular, MRA, Elastography, Spectroscopy, Phase contrast MRI, and Parametric prostate imaging are mandatory. The system must have an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, and PACS compatibility (VA VistA Imaging and vendor-neutral). Training includes on-site clinical applications for 12 technologists and biomedical technician training. Service requirements include VPN/remote access for diagnostics and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added-value items include an extended warranty, post-warranty remote diagnostic service, an MRI-compatible infusion pump, metal detection wand, and patient monitor. Trade-in equipment includes a GE Healthcare Discovery 750W MRI, Bayer/Medrad SPECTRIS SOLARIS EP injector, GE HEALTHCARE E4502FD UPS, Dimplex WO2-2-7500 30T chiller, and various GE Healthcare MRI coils.
The VA Boston Healthcare System is soliciting proposals for a replacement 3T Magnetic Resonance scanning system. The RFP outlines detailed technical requirements for the MRI unit, including a 3T magnetic field strength, 70cm bore width, and 32 channels. It specifies requirements for the patient table, coils (e.g., torso, knee, head/neck/spine/array), workstations, safety systems, advanced applications (e.g., neuro, ortho, cardiovascular), and security/connectivity (e.g., PACS compatibility, encrypted hard drive). The solicitation also covers extensive training requirements for clinical technologists and biomedical technicians, as well as service requirements including VPN/remote access for diagnostics. Vendors are encouraged to offer added value such as extended warranties and MRI-compatible accessories. The VA is also offering several pieces of existing MRI-related equipment for trade-in, including a GE Healthcare Discovery 750W MRI, injectors, a UPS, a chiller, and various MRI coils.
The VA Boston Healthcare System in West Roxbury, MA, is seeking a replacement 3T Magnetic Resonance scanning system for diagnostic MRI examinations. The contractor must provide all necessary labor, equipment, and services for a fully functional system at 1400 VFW Parkway, Building #1, Room GB155. Key requirements include a 3T field strength, minimum 70cm bore width, 32 channels, a detachable table with a 450lb capacity, and various advanced features like compressed sense, motion correction, and helium save technology. The system also requires a minimum of one processing workstation, specific coil types (e.g., torso, knee, head/neck/spine), and comprehensive safety features including magnet quenching and a door threshold magnetic detection system. Training for 12 technologists is mandated, along with a one-year warranty, remote diagnostic capabilities, and specific documentation. The VA offers a GE Healthcare Discovery 750W MRI system and ancillary equipment for trade-in.
The Albany Stratton VA Medical Center requires three new general ultrasound units for its Radiology Department, to be used for various diagnostic examinations. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum screen size (17 inches), monitor rotation (180 degrees), tilting (45 degrees), and a control panel height range (45 inches). The units must support various scanning modes (2D, 3D, M-Mode, Doppler types), display Doppler information (frequency, velocity, power, duplex, triplex), and feature a physical keyboard, touchscreen, and keyboard on touchscreen. Additional required features include panoramic mode, multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, beam steering, and needle enhancement. The RFP specifies analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, breast) and several transducers with specific frequency ranges. Vendors must also provide on-site clinical training for technologists and physicians, and off-site biomedical technician training as an optional item. The warranty must cover one year, including parts, labor, and PMs. The VA also offers several Philips Epiq 7 ultrasound units and associated transducers for trade-in.
The Albany Stratton VA Medical Center requires three new general ultrasound units for its Radiology department. These units must meet stringent technical specifications, including a minimum 17-inch screen, 4 transducer ports, 730 GB image storage, and various scanning and Doppler modes. The control panel needs a physical keyboard, touchscreen, and articulating support arm. Additional features like panoramic mode, image annotation, and programmable protocols are also required. The units must be PACS-compatible, support encrypted hard drives, and be wirelessly connected to the VA network. The request also specifies five types of transducers. Training requirements include on-site clinical applications training for technologists and physicians, and biomedical technician training. Vendors must offer a one-year warranty, remote diagnostic services, and provide operator and service manuals. Trade-in options for existing Philips Epiq 7 ultrasound systems and various Philips transducers are available.
The Albany Stratton VA Medical Center requires three new general ultrasound units for its Radiology department. The Request for Proposal (RFP) outlines detailed technical specifications for these units, covering physical dimensions, scanning modes (including 2D, 3D, and various Doppler types), control panel features (physical keyboard, touchscreen), and additional functionalities like panoramic mode and image annotation. The RFP also specifies required analysis packages for various medical specialties and five types of transducers with specific frequency ranges. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility. Training requirements encompass on-site clinical applications training for technologists and physicians, with continuing education credits. Service requirements emphasize VPN/remote access capabilities during and after the warranty period. The document also details required documentation, minimum warranty of one year, and lists existing Philips Epiq 7 ultrasound units and various Philips transducers available for trade-in.
The Albany Stratton VA Medical Center requires three new general ultrasound units for its Radiology department, serving various diagnostic examinations. These units must meet specific technical requirements, including physical dimensions, scanning modes (2D, 3D, various Doppler types), Doppler displays (frequency, velocity, power, duplex, triplex), and control panel specifications (physical keyboard, touchscreen, articulating arm). Additional features like panoramic mode, image annotation, PACS compatibility (VA VistA Imaging, AGFA), and specific analysis packages (procedural, abdominal, vascular, etc.) are mandatory. The solicitation also details required transducers, security features (encrypted hard drive, FIPS 140-2/3 compliance, wireless connectivity), training for technologists and physicians, and a one-year warranty. Optional value-added offerings include extended warranty, post-warranty remote diagnostics, and advanced prostate analysis features. The Medical Center has existing Philips Epiq 7 ultrasound units and various Philips ultrasonic transducers available for trade-in.
The Boise VAMC Biomedical Engineering department requires two point-of-care ultrasound systems for its Emergency Department and ICU. The RFP specifies detailed technical requirements, including a minimum 15-inch screen, 60-minute battery life, and various scanning and Doppler modes. The systems must also have advanced features like image storage, patient worklist creation without network connection, and specific applications for interventional guidance. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2 or 140-3 compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, and continuing education credits. Vendors must also provide remote diagnostic service, product brochures, operator/service manuals, and a one-year warranty. The VA also has existing GE Healthcare Logiq E and Fujifilm Sonosite Edge ultrasounds, along with several probes, available for trade-in.
The Boise VA Medical Center requires two point-of-care ultrasonic scanning systems for its Emergency Department and ICU. The technical specifications for these systems include a minimum 15-inch screen, various scanning and Doppler modes, and specific analysis packages (procedural, abdominal, musculoskeletal clinical, small parts, urology, cardiac). The RFP also details required transducers, advanced imaging features, and security/connectivity requirements like DICOM support and PACS compatibility. Training for 12 technologists and 12 physicians on-site is mandatory, with continuing education credits provided. Vendors must offer a one-year warranty covering parts, labor, and PMs, with options for extended warranty and post-warranty remote diagnostics. Trade-in equipment, including GE Healthcare Logiq E and Fujifilm Sonosite Edge systems, along with several ultrasonic probes, is available.
The Boise VAMC is seeking proposals for two point-of-care ultrasound systems for its Emergency Department and ICU. The Request for Proposal outlines detailed technical specifications, including minimum screen size, transducer ports, image storage, battery life, and maximum equipment dimensions. Required scanning modes, Doppler displays, control panel features, and additional specifications like image annotation and needle enhancement are also listed. The RFP specifies various analysis packages and types of transducers with defined frequency ranges. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits. Service requirements emphasize VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, and CAD drawings. The VA also offers several pieces of ancillary equipment for trade-in, including GE Healthcare Logiq E and Fujifilm Sonosite Edge ultrasound systems, and various ultrasonic probes.
The Boise VA Medical Center requires two point-of-care ultrasonic scanning systems for its Emergency Department and ICU. The technical specifications for these systems include a minimum 15-inch screen, three transducer ports, 64 days of image storage, 60 minutes of battery life, and specific dimensions and weight limits. The systems must support various scanning modes (2D, M-Mode, Doppler types), Doppler displays (Frequency, Power, Triplex), and control panel features (touchscreen). Additional requirements include image annotation, one-button optimization, programmable protocols, and patient worklist creation without network connection. Analysis packages for procedural, abdominal, musculoskeletal, small parts, urology, and cardiac applications are mandatory. Three types of transducers (Linear Array, Wideband Convex Array, Wideband Phased Array) with specific frequency ranges are also required. Security and connectivity features include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity with FIPS 140-2 or 140-3 compliance. Training requirements include on-site clinical applications training for 12 technologists and 12 physicians, with CME credits for technologists, and accommodating different shifts. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, provision of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added-value offerings include extended warranty and a post-warranty remote diagnostic service program. The solicitation also includes a trade-in option for existing GE Healthcare Logiq E and Fujifilm Sonosite Edge ultrasound systems, along with several ultrasonic probes.
The Boise VA Medical Center requires an advanced Ultrasound system to address increased patient demand and reduce community care costs, which exceeded $3,000,000 in FY23. The new system must meet specific technical requirements, including a 20-inch minimum screen size, various scanning modes (2D, 3D, Doppler), and control panel features like physical and touchscreen keyboards. It also needs advanced features such as one-button optimization, programmable protocols, PACS compatibility, and a multi-function foot pedal. The RFP details required transducers, analysis packages (procedural, vascular, cardiovascular, cardiac 3D), and security measures like an OEM-supported OS, encrypted hard drive, and FIPS-compliant wireless connectivity. The vendor must provide on-site clinical training for technologists and physicians, biomedical technician training, and a one-year warranty covering parts, labor, and PMs, with options for extended warranty and post-warranty remote diagnostics. Required documentation includes product brochures, technical specifications, and support information.
The Boise VA Medical Center requires an advanced Ultrasound system to address increased patient demand and reduce community care costs, which exceeded $3,000,000 in FY23. The new system must meet specific technical requirements, including a 20-inch minimum screen size, various scanning modes (2D, 3D, Doppler), and control panel features like physical and touchscreen keyboards. It also needs advanced features such as one-button optimization, programmable protocols, PACS compatibility, and a multi-function foot pedal. The RFP details required transducers, analysis packages (procedural, vascular, cardiovascular, cardiac 3D), and security measures like an OEM-supported OS, encrypted hard drive, and FIPS-compliant wireless connectivity. The vendor must provide on-site clinical training for technologists and physicians, biomedical technician training, and a one-year warranty covering parts, labor, and PMs, with options for extended warranty and post-warranty remote diagnostics. Required documentation includes product brochures, technical specifications, and support information.
The Boise VAMC Women's Clinic requires one ultrasonic unit to manage increased exam workloads. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 22-inch screen, various scanning and Doppler modes, a touchscreen control panel, and specific analysis packages. The unit must also include six types of transducers with defined frequency ranges. Key security and connectivity requirements involve an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS integration (VA VistA Imaging and Carestream), and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, as well as biomedical technician training. Vendors are encouraged to offer added value such as extended warranties and remote diagnostic services. The RFP also mandates specific documentation, including operator and service manuals, product brochures, and compliance forms like the MDS2.
The Boise VAMC Women's Clinic requires one ultrasonic unit to manage increased exam workloads. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 22-inch screen, various scanning and Doppler modes, a touchscreen control panel, and specific analysis packages. The unit must also include six types of transducers with defined frequency ranges. Key security and connectivity requirements involve an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS integration (VA VistA Imaging and Carestream), and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, as well as biomedical technician training. Vendors are encouraged to offer added value such as extended warranties and remote diagnostic services. The RFP also mandates specific documentation, including operator and service manuals, product brochures, and compliance forms like the MDS2.
The Ralph H. Johnson VA Medical Center requires a replacement for its End-of-Life Aixplorer Liver Ultrasound unit, specifically for the Hepatology clinic. The new unit must support liver diagnostics, elastography for abdominal, vascular, and kidney/renal analysis, and ensure patient safety. Technical specifications include a 19-inch screen, various scanning and Doppler modes, a touchscreen control panel with a keyboard, and advanced features such as shear wave elastography and needle enhancement. The system must also include abdominal, vascular, liver, and kidney/renal analysis packages, a C6-1x transducer, image storage, and security features like an OEM-supported operating system and encrypted hard drive. Training requirements specify on-site clinical and biomedical technician training, with off-site training available as an option. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. The VA also offers an existing Aixplorer unit and a C6-1x probe for trade-in. Vendors are encouraged to offer added value services and compatibility with Cerner CareAware MultiMedia.
The Ralph H. Johnson VA Medical Center requires a replacement Aixplorer Liver Ultrasound unit due to its end-of-life status. The new unit, for the Hepatology clinic in Charleston, SC, must ensure reliability for liver diagnostics and aid in elastography for abdominal, vascular, and kidney/renal analysis, especially for the liver. Key technical specifications include a minimum 19-inch screen, various scanning and Doppler modes, a touchscreen control panel with a keyboard, and multiple analysis packages for abdominal, vascular, liver, and kidney/renal functions. Training requirements specify on-site clinical applications training for five technologists with CME credits and available off-site biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Additional preferred features and documentation are also outlined, along with trade-in options for the existing Aixplorer unit and a SuperSonic Imagine C6-1x probe.
The Ralph H. Johnson VA Medical Center requires a replacement for its End-of-Life Aixplorer Liver Ultrasound unit to enhance liver diagnostics and patient safety in the Hepatology clinic. The new unit must support elastography for various analyses, especially liver, and meet specific technical requirements, including a 19-inch screen, 3 transducer ports, 40-minute battery life, and maximum dimensions of 70x25x30 inches. Key scanning modes (2D, M-Mode, Doppler), control panel features (touchscreen, keyboard), and analysis packages (abdominal, vascular, liver, kidney/renal) are mandatory. The replacement also needs advanced features like image storage, OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging. Clinical and biomedical training, along with a one-year warranty, remote diagnostics, and service manuals, are required. The VA will trade in an existing SuperSonic Imagine Aixplorer unit and a C6-1x probe.
The Ralph H. Johnson VA Medical Center requires a replacement Aixplorer Liver Ultrasound unit due to its End-of-Life status. The new unit, for the Hepatology clinic, must ensure reliability for liver diagnostics and support elastography for abdominal, vascular, and kidney/renal analysis. Key technical requirements include a minimum 19-inch screen, various scanning and Doppler modes, a touchscreen control panel with a keyboard, and advanced features like panoramic mode and one-button optimization. It must also have specific analysis packages for abdominal, vascular, liver, and kidney/renal studies, and a curved array transducer (2.8-4.5 MHz). Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, wireless connectivity, an encrypted hard drive, and PACS compatibility. Training for five technologists is required, including on-site and follow-up clinical applications training with CME credits, and biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added value includes extended warranty, post-warranty remote diagnostics, and Cerner CareAware MultiMedia compatibility. The VA also offers an existing Aixplorer unit and ancillary equipment for trade-in.
The Ralph H. Johnson VAMC in Charleston, SC, requires a replacement Mobile 1.5T MRI system for its Savannah CBOC, as the current unit is experiencing declining functionality and obsolescence. This Request for Proposal (RFP) outlines detailed technical specifications for the new MRI, including physical unit requirements (1.5T field strength, 70cm bore width, 140-450cm field of view), table features (detachable, motorized, 550 lbs capacity), and various additional technologies like compressed sense, motion correction, and helium-saving capabilities. The RFP also specifies workstation, coil, safety, advanced application, mobile trailer, security, and connectivity requirements. Comprehensive training for clinical staff and biomedical technicians, a minimum one-year warranty, and post-warranty remote diagnostic services are mandatory. Vendors are encouraged to offer added value such as extended warranties and MRI-compatible accessories. The VA also has existing GE Healthcare MRI equipment and coils available for trade-in, and vendors must complete several forms, including a pre-procurement assessment and a Manufacture Disclosure Statement for Medical Device Security (MDS2) form.
The Ralph H. Johnson VAMC in Charleston, SC, requires a replacement Mobile 1.5T MRI system for its Savannah CBOC, as the current unit is obsolete. The solicitation outlines detailed technical specifications, including a 1.5T magnetic field strength, minimum 70cm bore width, and 128 channels. Key features include a detachable table with a 550lb capacity, advanced imaging technologies like compressed sense and motion correction, and a 5-minute UPS for full functionality during power outages. Workstation requirements specify 24-inch monitors and ample hard drive space. The RFP also lists numerous coil types, safety systems, advanced applications, and mobile trailer specifications. Training for technologists and physicians, along with comprehensive service, warranty, and remote access provisions, are mandatory. The VA offers several GE Healthcare MRI system components and coils for trade-in.
The Ralph H. Johnson VAMC in Savannah, GA, requires a mobile 1.5T MRI replacement for its Community Based Outpatient Clinic. The existing unit is obsolete and experiencing frequent malfunctions. The new MRI system must meet specific technical requirements, including a 1.5T magnetic field strength, a minimum bore width of 70 cm, and a bore depth of 145 cm. It must also feature a detachable table with a minimum load capacity of 550 lbs, compressed sense technology, motion correction, and helium save technology. The procurement also specifies a comprehensive set of coils, safety systems, advanced applications, and mobile trailer requirements, such as a generator for environmental controls and a fire suppression system. Training for clinical applications and biomedical technicians is mandatory, and the vendor must provide two years or more of warranty and post-warranty remote diagnostic services. The solicitation also includes a trade-in option for existing GE Healthcare MRI equipment and various coils, along with an injector.
The Ralph H. Johnson VAMC in Charleston, SC, requires a mobile 1.5T MRI replacement for its Savannah, GA, CBOC due to the current unit's obsolescence and declining functionality. The new MRI system must have a 1.5T magnetic field, a minimum 70cm bore width, and a 550lbs patient table capacity. Key technical specifications include 48 acceptable (64 preferred) channels, compressed sense, motion correction, helium save, and noise reduction technologies, and an integrated music system. The system also needs specific coils, safety features, and advanced applications like 3D processing, neuro, ortho, and cardiovascular imaging. The mobile trailer must be equipped with stabilizing shocks, an oxygen/suction system, a generator, and a weather-protected patient lift. Training for technologists and physicians is required, along with comprehensive service and operator manuals and a one-year warranty. Optional value-added features include an extended warranty and Cerner CareAware MultiMedia compatibility. Trade-in equipment includes a GE Healthcare SIGNA HDX 1.5T Echospeed MRI and various GE Healthcare coils and a MedRad/Bayer SPECTRIS SOLARIS EP injector.
The Jesse Brown VA Medical Center (JBVAMC) in Chicago is seeking a self-propelled Mobile Mammography Coach, including a 3D Digital Breast Tomosynthesis Mammography unit with 2D/3D imaging, breast biopsy capability, Computer Aided Detection (CAD), and AI detection technology. The coach must also accommodate Breast Ultrasound services. Key technical requirements include specific generator ranges, detector size, focal spot size, and system dimensions. Workstation requirements detail minimum numbers, monitor sizes, and hard disk capacities. Additional specifications cover various imaging features, safety mechanisms, and calibration phantoms. The RFP also specifies numerous types of compression paddles and comprehensive mobile trailer requirements, such as a wheelchair lift, a 20 kW generator, ADA compliance, and various vehicle dimensions. Security and connectivity requirements demand OEM-supported OS, encrypted drives, HL7 integration, and PACS compatibility with VA VistA Imaging and Change/Optum HCS. Training requirements include on-site clinical and biopsy training for technologists and radiologists, as well as dedicated CAD and contract enhancement mammography training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Preferred 'added value' items include additional warranty years, a post-warranty remote diagnostic program, and Cerner CAMM compatibility. Vendors must provide specific documentation, including a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical sheets, typical drawings, and support information.
The Jesse Brown VA Medical Center (JBVAMC) in Chicago is seeking a Mobile Mammography Coach, including a 3D Digital Breast Tomosynthesis Mammography unit with 2D and 3D imaging, breast biopsy capability, Computer Aided Detection (CAD), and AI detection technology. The coach must also accommodate Breast Ultrasound services. This self-propelled unit will provide essential breast imaging services to Veterans in the Chicago and Northwest Indiana region. The solicitation outlines detailed technical specifications for the mammography unit, workstation requirements, additional features like breast tomosynthesis and various paddles, and comprehensive requirements for the mobile trailer/vehicle housing, including ADA compliance, power generation, and security features. Training requirements cover clinical applications for technologists and radiologists, including specific training for 3D CAD and biopsy procedures. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. The document also lists preferred "added value" specifications, such as extended warranty and compatibility with Cerner CareAware MultiMedia, and outlines required documentation for vendors.
The Jesse Brown VA Medical Center (JBVAMC) is seeking a mobile mammography coach with a 3D Digital Breast Tomosynthesis (DBT) unit. The unit must include 2D and 3D imaging, breast biopsy capability, Computer Aided Detection (CAD), and AI detection technology. The coach will also provide space for breast ultrasound services. Technical requirements include specific generator voltage, mAs, and ampere ranges, as well as minimum detector size and spatial resolution. Workstation and additional specifications cover acquisition and review workstations, various imaging features, and safety components like leaded X-ray shields and emergency compression release buttons. The mobile coach itself requires features such as a wheelchair power lift gate, a 20 kW generator, ADA compliant doorways, a comprehensive alarm system, and a plumbing system. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, HL7 integration, and PACS compatibility. Training requirements specify on-site clinical and biopsy training for technologists and radiologists, along with biomedical technician training. Service requirements include VPN/remote access for diagnostics, operator and service manuals, and a one-year warranty. Added value considerations include extended warranties and compatibility with Cerner CareAware MultiMedia.
The Jesse Brown VA Medical Center (JBVAMC) in Chicago, IL, requires a self-propelled Mobile Mammography Coach. This coach must include a 3D Digital Breast Tomosynthesis Mammography unit with 2D and 3D imaging, breast biopsy capability, Computer Aided Detection (CAD), and AI detection technology. The unit should also provide space for Breast Ultrasound services. Key technical requirements for the mammography unit include specific generator voltage, mAs, and ampere ranges, a minimum detector size of 24x29 cm, and various paddles for different breast imaging needs. The mobile coach itself must be ADA compliant, self-propelled, and equipped with a 20 kW generator, a plumbing system, and comprehensive security features. Training requirements include on-site clinical application training for technologists and radiologists, covering tomosynthesis, biopsy, and 3D CAD. Biomedical technician training information is also requested as an optional item. Service requirements include VPN/remote access for diagnostics and a one-year manufacturer’s warranty. Added value specifications, though not required, are also listed for consideration.
The Jesse Brown VA Medical Center in Chicago, Illinois, is requesting one (1) advanced Ultrasound system for its Anesthesiology-Pain Clinic. The new system aims to replace outdated equipment to improve the accuracy and safety of various pain management procedures, including nerve blocks, joint injections, and spine procedures. The RFP specifies detailed technical requirements, including physical dimensions, scanning modes (2D, M-Mode, Doppler), control panel features (physical keyboard, touchscreen), and advanced functionalities like image annotation and needle enhancement. The system must also include specific transducers (L19-5, C5-1, L15-4) and comply with stringent security and connectivity standards, such as DICOM, encrypted hard drives, and PACS compatibility with VA VistA Imaging. Training for clinical staff and biomedical technicians, along with a minimum one-year warranty and remote diagnostic services, are also required. Vendors are encouraged to offer added value in service, warranty, and training, with additional preferred specifications related to Cerner CareAware MultiMedia compatibility.
The Jesse Brown VA Medical Center in Chicago, Illinois, requires one new Ultrasound Scanning System for its Anesthesiology-Pain Clinic. The current equipment is outdated, leading to low clarity and ineffective transducers for deep procedures. The new system will improve precision, minimize tissue damage, and enhance treatment success rates for various pain management interventions, including nerve blocks and joint injections, without radiation exposure. Technical specifications include a minimum 20-inch screen, various scanning and Doppler modes, a physical keyboard, touchscreen, and advanced features like needle enhancement and PACS compatibility. The request also details transducer requirements, security features, and mandates on-site clinical training for 10 physicians and detailed biomedical technician training. Warranty, service, and remote access requirements are specified, with optional added value features like extended warranty and Cerner CAMM compatibility. The facility seeks bids for a single unit to be delivered to the Pain Clinic on the 5th Floor Damen.
The Jesse Brown VA Medical Center (JBVAMC) in Chicago, IL, is seeking to acquire one ultrasound system for its Medical Imaging department to enhance breast imaging services and support a new digital mammography unit. The required system must meet specific technical specifications, including minimum battery life of 1440 minutes, various scanning modes (2D, 3D freehand, Tissue Harmonic Imaging, Pulsed Wave Doppler, Continuous Wave Doppler, Tissue Doppler Imaging), and Doppler displays (Frequency, Velocity). It must also include a physical keyboard, panoramic mode, multi-modality display, image annotation, quality control phantom, and digital calipers. The system needs breast analysis packages, four specific transducers with defined frequency ranges, and advanced features like MRI and ultrasound image acceptance, DICOM compatibility, and image storage. Security requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and FIPS 140-2/3 compliant wireless connectivity. The vendor must provide on-site clinical applications training for technologists and physicians, and detailed biomedical technician training information. Service requirements include VPN/remote access for diagnostics and provision of operator and service manuals. Added value features like extended warranty, additional scanning and Doppler modes, touchscreen, one-button optimization, programmable protocols, and advanced elastography are preferred.
The Jesse Brown VA Medical Center (JBVAMC) requires one ultrasound system for its Medical Imaging department to enhance breast imaging services and support a new digital mammography unit. The system must meet specific technical requirements, including a minimum of two transducer ports, one day of image storage, and 1440 minutes of battery life. It must support 2D, 3D (freehand), Tissue Harmonic Imaging, Pulsed Wave, Continuous Wave, and Tissue Doppler scanning modes, with frequency and velocity Doppler displays. Control panel specifications include a physical keyboard and an articulating support arm. Additional features such as panoramic mode, multi-modality display, and image annotation are required. The system needs breast analysis packages and specific transducers (L2-9, ML4-20, L3-12, L6-24). Advanced features include accepting MRI and ultrasound images from other modalities and image storage. Security and connectivity requirements specify an OEM-supported operating system, DICOM compliance, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training includes on-site clinical applications training for technologists and physicians, with CME credits, and consideration for different personnel shifts. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering all parts and labor, including PMs. Vendors are encouraged to offer additional warranty, post-warranty remote diagnostic service, and various advanced scanning and Doppler features for added value. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and detailed support information. There are no trade-in units.
The Jesse Brown VA Medical Center (JBVAMC) is requesting a new ultrasound system for its Medical Imaging department to enhance breast imaging and biopsy procedures. The system must meet specific technical requirements, including a minimum of two transducer ports, one day of image storage, and 60 minutes of battery life. It needs to support various scanning modes, Doppler displays, and control panel specifications, including a physical keyboard. Additional features like panoramic mode, multi-modality display, and image annotation are also required. The system must include breast analysis packages and specific transducers. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and wireless connectivity. Training requirements cover clinical applications for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The RFP also lists preferred 'added value' features such as an extended warranty, additional scanning modes, and advanced Doppler displays. Vendors are required to submit specific documentation, including a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specifications, typical drawings, and support information.
The Jesse Brown VA Medical Center (JBVAMC) in Chicago is seeking one ultrasound system for its Medical Imaging department. This system is crucial for enhancing breast imaging services, complementing a new digital mammography unit, and facilitating breast imaging and biopsy procedures. The technical requirements include specific physical specifications like a minimum of two transducer ports, one day of image storage, and 60 minutes of battery life. Required scanning modes include 2D, Tissue Harmonic Imaging, Pulsed Wave Doppler, Continuous Wave Doppler, and Tissue Doppler Imaging. The system must also have specific Doppler displays, control panel features, and additional specifications like panoramic mode and image annotation. Essential analysis packages for breast imaging are required, along with specific transducers. Advanced features, security, and connectivity requirements such as an OEM-supported operating system and PACS compatibility are also detailed. The RFP outlines clinical training for technologists and physicians, and information on biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value specifications, though not mandatory, are encouraged and include features like additional warranty, various scanning modes, and a touchscreen monitor. Vendors must provide specific documentation, and there are no trade-in units.
The Cincinnati VA Medical Center's Radiology Department requires a replacement DXA bone densitometer. The solicitation outlines specific technical requirements, including physical specifications, a fan beam system, daily calibrations, integrated dose reporting, and a mobile cart/desk. Additional requirements cover workstation UPS, a color printer, auto-generated reports, and standard report customization based on WHO, NHANES, and reference data. Migration, security, and connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility (print, store, commit, SR, modality worklist), encrypted hard drives, and PACS compatibility (Philips IntelliSpace and VA VistA Imaging). Training requirements include on-site clinical applications for technologists with CME credits and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics and the provision of operator and service manuals. Preferred added value features include extended warranties, post-warranty remote diagnostic programs, long-range version/platform plans, and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The request also lists desired software features like Atypical Femur Fracture, Sarcopenia, Body Composition (VAT/SAT), TBS, and probability calculations for osteoporotic fracture. Vendors must provide specific documentation, and the VA offers a GE Healthcare USA Lunar iDXA for trade-in.
The Cincinnati VA Medical Center's Radiology Department requires a replacement DXA bone densitometer with specific technical, training, security, and service requirements. Key technical specifications include a 475 lbs patient table load capacity, fan beam system, daily calibrations, integrated dose reporting, and PACS compatibility (Philips IntelliSpace and VA VistA Imaging). Training involves on-site clinical applications for technologists, with continuing education credits, and optional off-site biomedical technician training. Service mandates remote diagnostics via VPN, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and manufacturer-required PMs. Preferred "added value" features include an extended warranty, post-warranty remote diagnostics, and advanced software for fracture probability and body composition. Vendors must provide comprehensive documentation, including technical specifications, product brochures, and support structure details. A GE Healthcare USA Lunar iDXA (EE 62796) is available for trade-in.
The Cincinnati VA Medical Center is seeking proposals for a replacement DXA bone densitometer for its Radiology department. The request outlines detailed technical specifications, including physical dimensions, patient load capacity, and system weight, as well as operational features like fan beam technology, daily calibrations, and integrated dose reporting. Key requirements also cover security and connectivity, emphasizing OEM-supported operating systems, encrypted hard drives, and compatibility with VA VistA Imaging and Philips IntelliSpace PACS. Training requirements include on-site clinical application training for technologists with CME credits and technical training for biomedical staff. Vendors are asked to provide service information, including VPN/remote access capabilities and comprehensive operator and service manuals. Preferred added-value offerings include extended warranties, remote diagnostic programs, and specific software features like Atypical Femur Fracture and Body Composition analysis. The proposal also includes a trade-in option for the existing GE Healthcare Lunar iDXA system and requires extensive documentation such as a completed pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Cincinnati VA Medical Center's Radiology Department requires a replacement DXA bone densitometer. Key technical specifications include a minimum patient table load capacity of 475 lbs, a maximum table height of 28 inches, a minimum distance of 18 inches between the table and c-arm, and a maximum system weight of 1000 lbs. The system must feature a fan beam, daily calibrations, integrated dose reporting, a mobile cart/desk, a UPS for 30-minute full functionality, and a color printer. Reporting must include T-score and Z-score values based on WHO and NHANES criteria, with customizable and auto-generated reports. Connectivity requirements include an OEM-supported OS, latest DICOM functionalities, encrypted hard drive, and compatibility with VA VistA Imaging and Philips IntelliSpace PACS. Training for five technologists and biomedical technicians is required, with off-site biomedical training available as an optional item. Service requirements mandate VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering all parts and labor, including PMs. Preferred added value features include additional warranty years, post-warranty remote diagnostic service, a version/platform long-range plan, compatibility with Cerner CareAware MultiMedia Release 7, and advanced software for atypical femur fracture, osteoporotic fracture probability, sarcopenia, body composition, and TBS. The facility has a GE Healthcare USA Lunar iDXA, EE 62796, serial 210405GA, installed 12/11/2013, available for trade-in.
The Louis Stokes Cleveland VAMC's PM&RS department is seeking two replacement ultrasonic units for musculoskeletal applications. These units will be used by physicians for guided injections and pathology identification, and by therapists for muscle evaluation and biofeedback. The technical requirements include a minimum 10-inch screen, 2 split screens, 45-degree monitor rotation, 30-degree tilting, specific height ranges for monitor and control panel, 2 transducer ports, 1 TB image storage, and 20 minutes battery life. Scanning modes must include 2D, Doppler displays, physical keyboard, musculoskeletal clinical analysis packages, and specific transducers (wideband linear 4-15 mHz 25 mm, wideband linear 3-12 mHz 38 mm, wideband convex 1-6 MHz 70 deg). Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and encrypted hard drive. Training mandates clinical applications training for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. Optional requirements include Cerner CareAware MultiMedia (CAMM) Release 7 compatibility. Two operational GE Healthcare LOGIQ E ultrasound units are available for trade-in. Vendors must provide specific documentation, including product brochures and technical specification sheets.
The Louis Stokes Cleveland VAMC's PM&RS department requires two ultrasonic scanning systems for musculoskeletal applications, replacing end-of-life units. These units will be used for ultrasound-guided injections, pathology identification, muscle structure/function evaluation, and neuromuscular control rehabilitation. Key technical specifications include a minimum 10-inch screen, 2 split screens, 1TB image storage, 20-minute battery life, 2D scanning, physical keyboard, and an articulating support arm. The systems must include musculoskeletal clinical analysis packages and specific transducers. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS 140-2/3 compliance, encrypted hard drive, and VA VistA Imaging PACS compatibility. Training includes on-site clinical applications for technologists and physicians, and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty including parts, labor, and PMs. Optional added value includes Cerner CareAware MultiMedia Release 7 compatibility. The RFP also details documentation requirements and specifies two GE Healthcare LOGIQ E ultrasound units for trade-in.
The Louis Stokes Cleveland VAMC is seeking two replacement ultrasound units for musculoskeletal applications in PM&RS departments at Wade Park and Parma Clinic. These units will be used by physicians for guided injections and pathology identification, and by therapists for muscle evaluation and biofeedback. The RFP details extensive technical requirements including minimum screen size, split screens, monitor rotation and tilting, height ranges, transducer ports, image storage, battery life, and scanning/Doppler modes. It also specifies control panel features, musculoskeletal analysis packages, specific transducers (wideband linear and convex), and advanced security/connectivity features such as an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips PACS. Training requirements include on-site clinical training for technologists and physicians, and technical training for biomedical technicians. Service requirements cover VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty including parts, labor, and preventative maintenance. Preferred added value includes an extended warranty and increased image storage. The VAMC also has two GE Healthcare LOGIQ E ultrasound units available for trade-in.
The Louis Stokes Cleveland VAMC requires two ultrasonic scanning systems for musculoskeletal applications at its Wade Park and Parma facilities. These replacement units are for physicians' ultrasound-guided injections and pathology identification, and therapists' evaluation of muscle structure, function, and biofeedback. Key technical requirements include a minimum 10-inch screen, two split screens, 45-degree monitor rotation, 30-degree tilting, and specific height ranges for the monitor and control panel. The units must have at least two transducer ports, 512 days or TB of image storage, and 20 minutes of battery life. They must support 2D scanning, have a physical keyboard, an articulating support arm, and specific applications for interventional guidance. Required analysis packages include musculoskeletal clinical. Three types of wideband transducers are specified with varying frequency ranges. Security and connectivity features mandate an OEM-supported operating system, latest DICOM functionalities, an encrypted hard drive, and compatibility with VA VistA Imaging and Philips PACS, along with secure wireless connectivity. Training requirements include on-site clinical applications training for 10 technologists and 3 physicians, and detailed information on biomedical technician training. Service requirements cover VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and manufacturer-required PMs. Preferred added value includes additional warranty years and 1 TB of image storage. Vendors must provide specific documentation, including a completed pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification, product brochures, and technical specifications. Two GE Healthcare LOGIQ E ultrasound units are available for trade-in.
The VA Northeast Ohio Healthcare System, Anesthesiology Department, is requesting two Philips EPIQ CVx 3D Ultrasound machines to replace end-of-life Philips EPIQ 7 models. These new units will be used for cardiothoracic, vascular, and complex procedures, with trade-in value of $36,000 for the old machines. The RFP specifies detailed technical requirements, including a minimum 21.5-inch screen, various scanning and Doppler modes, and specific control panel features. Additional requirements cover analysis packages, X5-1c and D2CWC transducers, and advanced features like ECG integration. The request also outlines security and connectivity mandates, including FIPS 140-2/3 compliance and PACS integration, and demands comprehensive training for 41 clinical staff and 6 anesthesia technicians. Service requirements include VPN/remote access, operator/service manuals, a one-year warranty, and optional post-warranty remote diagnostic services. Vendors must provide specific documentation, including product brochures, technical sheets, and security forms, and are encouraged to offer added-value services beyond minimum requirements. Two Philips EPIQ 7 units are available for trade-in, both operational and installed in 2017.
The Louis Stokes Cleveland VA Medical Center is requesting two Philips EPIQ CVx 3D Ultrasound machines to replace end-of-life Philips EPIQ 7 models, with a trade-in value of $36,000. These machines are for Cardiothoracic & Vascular cases and clinical procedures in the OR. The requirement includes training for 41 clinical staff (19 physicians, 22 CRNAs) and 6 Anesthesia Technicians. Technical specifications include minimum screen sizes, split screens, monitor/control panel rotation, 4 transducer ports, 1TB image storage, and various scanning/Doppler modes. The systems must have a physical keyboard, touchscreen, one-button optimization, programmable protocols, and PACS compatibility. Required transducers are X5-1c transthoracic echo (5-1 MHz) and D2CWC (2 MHz). Security features include an OEM-supported OS, DICOM compliance, wireless connectivity (802.11b/g/n, FIPS 140-2/3), encrypted hard drive, and PACS compatibility with Philips ISCV and VA VistA Imaging. Training covers on-site clinical applications for technologists and physicians, with follow-up training and CME credits for technologists. Biomedical technician training is optional. Service requirements include remote diagnostics via VPN and a one-year warranty covering parts, labor, and PMs. Added value considerations include post-warranty remote diagnostics and compatibility with Cerner CareAware MultiMedia Release 7. Vendors must provide a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specifications, typical drawings, and detailed technical training information. Two Philips EPIQ 7 machines are available for trade-in.
The Louis Stokes Cleveland VA Medical Center is seeking two replacement ultrasound systems for its Anesthesia Department, primarily for Cardiac, Thoracic, and Complex Vascular procedures. The Request for Proposal (RFP) outlines detailed technical specifications for the units, including physical dimensions, scanning modes (2D, 3D, M-Mode, Doppler), control panel features (physical and touchscreen keyboards), and various additional functionalities like image optimization, elastography, and needle enhancement. The RFP also specifies required analysis packages (procedural, vascular, cardiovascular, cardiac 3D) and transducers (X5-1c, D2CWC). Connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA, Philips ISCV), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training for 41 clinical staff and 6 anesthesia technicians is mandatory, along with options for biomedical technician training. Additional value considerations include post-warranty remote diagnostic services, operator/service manuals, and a one-year manufacturer's warranty. Vendors must submit comprehensive documentation, including pre-procurement forms, MDS2, FIPS certification, product brochures, technical specifications, and support information. The VA also has two Philips EPIQ 7 ultrasound systems available for trade-in.
The Louis Stokes Cleveland VA Medical Center-Wade Park Campus, Department of Anesthesiology, requires two replacement ultrasonic scanning systems for cardiac, thoracic, and complex vascular procedures. The systems must meet specific physical and technical requirements, including a minimum 21.5-inch screen, 720-degree monitor rotation, 4 transducer ports, and various scanning modes (2D, 3D, Doppler). Key features include one-button optimization, programmable protocols, PACS compatibility, and needle enhancement. The request also specifies two X5-1c Transthoracic Echo transducers and two D2CWC transducers. Training is required for 41 clinical staff and 6 anesthesia technicians, along with biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Vendors should offer analysis packages, additional transducers, and may include optional post-warranty remote diagnostic service. Two Philips EPIQ 7 ultrasound systems are available for trade-in.
The Cleveland Northeast Ohio Healthcare System is soliciting proposals for two mobile mini-C-arms for its Surgical Service department to support a growing orthopedic workload. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions, imaging capabilities (flat panel detector, 14.5 cm X 11.4 cm minimum detector size), and range of motion requirements. Additional features such as wireless foot pedals, centering lights, motion detection, automatic video playback, touchscreen monitors, continuous fluoroscopy, and automatic brightness stabilization are mandatory. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and compatibility with VA VistA Imaging and Philips InteliSpace PACS. Training requirements specify on-site clinical applications training for technologists and physicians, and biomedical technician training. Service mandates include VPN/remote access for diagnostics, provision of operator and service manuals, and a one-year warranty covering parts, labor, and preventative maintenance. Vendors are encouraged to propose added value offerings for service, warranty, and training. Required documentation includes a completed pre-procurement assessment form, MDS2 form, FIPS 140-2 or 140-3 certification, product brochures, technical specifications, typical CAD drawings, and detailed support information.
The VA Northeast Ohio Healthcare System seeks two Mobile Mini-C Arms for its Surgical Service to manage growing Ortho cases, requiring specific technical features like a flat panel detector (14.5 cm X 11.4 cm minimum), 120-degree orbital rotation, and a 24-inch minimum monitor. The units must have wireless foot pedals, automatic video playback, and touchscreen monitors. Connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips InteliSpace, plus FIPS 140-2/140-3 compliant wireless connectivity. Training involves on-site clinical applications for 10 technologists and 10 physicians, with optional off-site biomedical technician training. Service terms mandate remote diagnostics, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Vendors must also provide documentation like MDS2 forms, FIPS certifications, and technical specifications, with no trade-in units offered by the VA.
The VA Northeast Ohio Healthcare System's Imaging Service requires four mobile digital X-ray systems, as detailed in this Request for Proposal (RFP). The RFP outlines extensive technical specifications for the units, covering generator power, kV/mAs ranges, tube specifications, detector configurations, and various system functionalities like automatic dose control, image display, and maneuverability features. Additionally, the document specifies requirements for software solutions, including rapid image display and annotation, and critical security and connectivity standards such as DICOM compatibility, encrypted hard drives, and wireless network integration with FIPS 140-2 or 140-3 compliance. The proposal also mandates comprehensive clinical and biomedical technician training, outlines service requirements including VPN/remote access, and requests various documentation like product brochures and technical specification sheets. The RFP also lists four existing Carestream DRX Revolution units at station 541 as trade-in equipment and encourages vendors to offer added value such as extended warranties or post-warranty remote diagnostic services. Specific preferred specifications include compatibility with Cerner CareAware MultiMedia Release 7 and AI tools for pneumothorax detection and endotracheal tube positioning.
The VA Northeast Ohio Healthcare System's Imaging Service requires four state-of-the-art mobile digital X-ray systems for critical care. Key requirements include a 30kW high-frequency generator, 40-150kV range, 0.02-320mAs range, and a minimum 1024GB hard drive. The systems must have wireless detectors, automatic dose control, on-board touchscreens, and various image processing and editing functions. Security and connectivity features mandate DICOM compatibility, wireless connectivity to the VA network (FIPS 140-2/3 compliant), encrypted hard drives, and PACS integration with VA VistA Imaging and Dose Monitor. Training includes on-site clinical applications for 30 technologists, super user training, and biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty with PMs. Added value considerations include extended warranties, remote diagnostic programs, and AI tools for pneumothorax detection. The solicitation also details trade-in equipment: four Carestream DRX Revolution units.
The VA Northeast Ohio Healthcare System's Imaging Service seeks four mobile digital X-ray systems, as detailed in this RFP. The systems must provide high-resolution imaging, ease of use, and reliable performance in critical care. Key technical requirements include a 30 kW high-frequency generator, 40-150 kV range, and advanced image processing. Wireless detector configurations are specified, along with additional features like automatic dose control, collapsible columns, and on-board touchscreens. Software solutions must include rapid image display and annotation, while security and connectivity demand OEM-supported OS, DICOM compatibility, and VA VistA Imaging integration. Training for clinical and biomedical personnel is required, with additional value offerings like extended warranties and remote diagnostic services encouraged. Vendors must submit comprehensive documentation, including technical specifications and product brochures. Trade-in options for existing Carestream DRX Revolution units are also part of the proposal.
The VA Northeast Ohio Healthcare System's Imaging Service requires four state-of-the-art mobile digital X-ray systems. These systems must deliver high-resolution imaging, ease of use, and reliable performance in critical care areas, featuring advanced image processing capabilities and seamless integration with existing healthcare IT infrastructure, including DICOM connectivity and HIS/RIS links. Key technical specifications include a 30 kW generator, 40-150 kV range, and specific detector sizes (10x12 and 14x17 inches for two units each). The systems must also have automatic dose control, an on-board touchscreen display, and various software solutions for image processing and dose reduction. Security requirements mandate OEM-supported operating systems, FIPS 140-2/3 compliance, and PACS compatibility with VA VistA Imaging. Training includes on-site clinical applications for 30 technologists and super user training for 3 personnel, with continuing education credits provided. Service requirements include remote diagnostic programs, operator and service manuals, and a minimum one-year warranty. Optional added value features include extended warranty, post-warranty remote diagnostics, and AI tools for pneumothorax detection. The VA also has four Carestream DRX Revolution mobile X-ray units available for trade-in.
The VA Northeast Ohio Healthcare System is soliciting proposals for one advanced ultrasound system to enhance pain medicine services, specifically for interventional treatments requiring real-time imaging. The system must meet detailed technical specifications, including a minimum 21-inch screen, various scanning modes (e.g., 2D, Doppler, needle guidance), and specific analysis packages (procedural, musculoskeletal, nerve). It also requires three types of transducers with defined frequency ranges. Key features include touchscreen controls, multi-modality display, image annotation, and PACS compatibility. Training requirements encompass on-site clinical application training for technologists and physicians, and detailed technical training for biomedical technicians. Service requirements include VPN/remote access for diagnostics, comprehensive operator and service manuals, and a one-year warranty covering parts, labor, and PMs. The RFP also requests documentation like product brochures, technical specification sheets, and FIPS 140-2/3 certification. A Fuji Medical X-Porte ultrasound system is available for trade-in. This procurement aims to improve pain management procedures for Veterans by providing greater safety and efficacy through advanced ultrasound visualization.
The Cleveland VA Medical Center requires one ultrasonic scanning system for its Pain Medicine Service to enhance interventional treatments for chronic and acute pain. The system needs to provide real-time imaging for safer and more accurate needle placement and medication administration. Key technical specifications include a minimum 21-inch screen, various scanning modes (2D, Doppler, M-Mode), and advanced features like needle guidance and image storage. The system must also be PACS-compatible with VA VistA Imaging and Fuji Synchonicity, featuring an encrypted hard drive and wireless connectivity. Training requirements include on-site clinical applications for technologists and physicians, and optional off-site biomedical technician training. The vendor must provide a one-year warranty covering parts, labor, and PMs, along with service and operator manuals. A Fuji Medical X-Porte unit is available for trade-in.
The Cleveland VA Medical Center is seeking an ultrasound system for its Pain Medicine Service to enhance advanced interventional treatments. The system must meet specific technical requirements, including a minimum 21-inch screen, 90-degree monitor rotation, and various scanning modes like 2D and Needle Guidance. It requires three transducer ports, a minimum .5 TB image storage, and 40 minutes of battery life. The control panel needs a touchscreen and keyboard, with additional features like multi-modality display and beam steering. Analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, and nerve are essential. Three specific transducers (C5-1, L15-4, L19-5) are required. Security features include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Fuji Synchonicity. Training requirements include on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access, two copies each of operator and service manuals, and a one-year warranty including parts and labor. Vendors should provide added value offerings and submit detailed documentation, including a pre-procurement assessment form and product brochures. Trade-in of an existing Fuji Medical X-Porte ultrasound system (Serial Number 04TN55) is encouraged.
The Cleveland VA Medical Center requires one ultrasonic scanning system (XR US) for its Pain Medicine Service to enhance advanced interventional treatments. The system must meet specific technical requirements, including a minimum 21-inch screen, various scanning modes (e.g., 2D, Doppler, needle guidance), and multiple analysis packages for procedural, abdominal, and nerve-related applications. It needs three specific transducers, advanced image storage, and robust security features like encrypted hard drives and PACS compatibility (VA VistA Imaging, Fuji Synchonicity). Training requirements include on-site clinical applications for technologists and physicians, and information on biomedical technician training. Service provisions mandate VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Voice control is an added value. The solicitation also requires specific documentation and offers a trade-in for an existing Fuji Medical X-Porte system.
The West Palm Beach VA Healthcare System requires an additional Cardiovascular Ultrasound unit, outlining detailed technical, training, service, and security specifications. Key technical requirements include a minimum 20-inch screen, 1TB image storage, and 30 minutes of battery life, along with various 2D/3D scanning modes, Doppler displays, and advanced control panel features like physical keyboards and touchscreens. The unit must support multi-modality display, image annotation, and PACS compatibility (VA VistA Imaging, Philips), with an encrypted hard drive and OEM-supported operating system. Training for technologists and physicians, a one-year warranty with remote diagnostic support, and specific documentation are mandatory. Vendors are encouraged to offer added value like extended warranties and off-site training, though these are not required for consideration. The submission requires extensive documentation, including technical sheets, product brochures, and security certifications.
The West Palm Beach VA Healthcare System is soliciting proposals for one Cardiovascular Ultrasound unit. The request outlines detailed technical requirements, including physical specifications (e.g., 20-inch minimum screen, 1TB image storage, 30-minute battery life), various scanning modes (2D, 3D, M-Mode, Doppler), and specific Doppler displays. Control panel features include a physical keyboard and touchscreen with an articulating arm. Additional specifications cover multi-modality display, image optimization, PACS compatibility, and elastography. Analysis packages for vascular and cardiac functions are required, along with specific transducers (3D TEE, PW/CW Doppler, xMatrix). Security requirements include an OEM-supported OS, DICOM compliance, encrypted hard drive, and wireless connectivity. The RFP also mandates clinical training for technologists and physicians, and offers for biomedical technician training as an optional item. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional warranty years are considered added value. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical training information. No trade-in units are available.
This government RFP outlines the requirements for one new mobile R/F unit (C-arm) for the Surgical Department at the West Palm Beach VAHCS in Florida. Key technical specifications include a flat panel detector with a minimum size of 31cm, specific ranges of motion for orbital, pivot, and panning rotations, a minimum image capacity of 35,000, and a minimum monitor size of 25 inches. The unit must also feature tube head controls, a wired foot pedal, measurement software, automatic video playback, DVD/CD or USB drive, touchscreen monitor, automatic brightness stabilization, and snapshot mode. Advanced applications like Digital Subtraction Angiography (DSA), pulsed cine bolus chase imaging, roadmap technology, and orthopedic features are required. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, latest DICOM standards, and compatibility with VA VistA Imaging, PACS (Philips), OR table (Muziho 3503), and wireless VA network (FIPS 140-2 or 140-3 compliant). The RFP also details training requirements for clinical staff and biomedical technicians, service requirements including VPN/remote access, a minimum one-year warranty, and the need for various documentation such as product brochures, manuals, and security forms. Added value offerings like extended warranties are encouraged, and the VA has no trade-in units.
The VA Medical Center in West Palm Beach, FL, requires a new mobile R/F unit (C-arm) for its Surgical Department. Key technical specifications include a flat panel detector with a minimum 31cm size, extensive range of motion, and advanced imaging capabilities like Digital Subtraction Angiography (DSA) and Roadmap technology. The system must have a minimum image capacity of 35,000, a 1500x1500 pixel matrix, and adhere to maximum dimensions and weight. Additional features like low profile tube housing, foot pedal, touchscreen monitor, and various clinical software are required. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, Philips), and secure wireless connectivity (802.11b/g/n, FIPS 140-2/3). Training requirements cover on-site clinical applications for two technologists and two physicians, along with optional biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year manufacturer's warranty covering all parts, labor, and PMs. Additional warranty years are preferred but not required. The VA has no trade-in units.
This government file outlines a Request for Proposal (RFP) for a new mobile R/F unit (C-arm) for the Surgical Department at the West Palm Beach VAHCS. The RFP details extensive technical specifications for the unit, including physical dimensions, image type, detector size, range of motion, image capacity, and advanced applications like Digital Subtraction Angiography (DSA) and Roadmap technology. It also specifies security and connectivity requirements, such as OEM-supported operating systems, encrypted hard drives, and PACS compatibility. The document further outlines mandatory clinical and biomedical technician training, service requirements including remote access and manuals, and preferred added-value offerings like extended warranties. Vendors must complete a compliance matrix, provide product brochures, technical specifications, and support information, with no trade-in units offered by the VA.
The VA Medical Center in West Palm Beach, FL, requires one new mobile R/F unit (C-arm) for its Surgical Department. The technical specifications demand a flat panel detector C-arm with a minimum 30cm detector size, specific ranges of motion (orbital 135°, pivot 360°, panning 20°, horizontal 20cm, vertical 40cm), a minimum 25-inch C-arm depth, and a 32-inch monitor. The unit must store at least 35,000 images with a 1500x1500 pixel matrix size and not exceed 70*35*80 inches or 900 lbs. Additional features include a low-profile tube housing, tube head controls, a wired foot pedal, a workstation with high-resolution monitors, measurement software, automatic video playback, selectable mode settings for high-level pulse and low dose, and easy C-arm positioning. Advanced applications such as Digital Subtraction Angiography (DSA), pulsed cine bolus chase imaging, roadmap technology for vascular imaging, and orthopedic features like metallic edge suppression are also required. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility (VA VistA Imaging and Philips), wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and OR table compatibility (Muziho 3503). Training includes on-site clinical applications for two technologists and two physicians, along with follow-up training. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a minimum one-year manufacturer's warranty covering parts, labor, and PMs. An additional year(s) of warranty is preferred. Vendors must provide specific documentation, including a pre-procurement assessment, MDS2 form, FIPS 140-2/3 certification, product brochures, technical specifications, typical drawings, biomedical technical training details, and support information.
The VA North Texas Health Care System seeks four portable ultrasound units for Anesthesiology at its Dallas facility. The RFP outlines detailed technical specifications, including minimum screen size (21 inches), battery life (120 minutes), and specific scanning modes (2D, Doppler, etc.). Required features include a touchscreen, keyboard, and various analysis packages (procedural, abdominal, vascular). The system must support DICOM, an encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training requirements cover on-site clinical applications for technologists and physicians, with CME credits for technologists, and biomedical technician training. The warranty must cover one year of parts and labor, including PMs. The VA offers several operational Sonosite SII ultrasound units and transducers for trade-in. Vendors are encouraged to propose added value, such as extended warranties and remote diagnostic programs, and must provide comprehensive documentation and support information.
The VA North Texas Health Care System seeks four portable ultrasound replacements for Anesthesiology at the Dallas facility. These systems require a minimum 21-inch screen, 15-inch active screen, 180-degree monitor rotation, 30-degree tilting, three transducer ports, and 120-minute battery life, with maximum dimensions of 70x26x26 inches and a weight of 125 lbs. Required scanning modes include 2D, various harmonic imaging, M-Mode, and multiple Doppler types. The units must feature a touchscreen control panel with a keyboard and a black-and-white printer, along with additional specifications like image annotation, needle enhancement, and a multi-function foot pedal. Analysis packages for procedural, abdominal, musculoskeletal, vascular, and cardiac applications are mandatory. Specific transducers (linear and curvilinear array) with defined frequency ranges are also required. Training includes on-site clinical applications for technologists and physicians, with continuing education credits for technologists. Vendors must provide service programs, manuals, and a minimum one-year warranty. Optional value-added offerings include extended warranties and post-warranty remote diagnostics. Trade-in of existing Sonosite SII units and various transducers is available.
The VA North Texas Health Care System seeks four portable ultrasound units for its Anesthesiology Department in Dallas. The Request for Proposal (RFP) outlines detailed technical requirements, including physical specifications (e.g., 19-inch minimum screen, 180-degree monitor rotation, 90-minute battery life), various scanning modes (2D, Doppler, Tissue Harmonic Imaging), control panel features (touchscreen, keyboard), and additional functionalities like image annotation and needle enhancement. The RFP also specifies required analysis packages (procedural, abdominal, vascular) and transducers. Training requirements include on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty. Preferred
The VA North Texas Health Care System seeks to acquire four portable ultrasonic scanning systems for its Anesthesiology department in Dallas. These replacements for existing Sonosite SII units will be used for veteran treatment in surgical suites. The technical requirements are extensive, covering physical specifications like a minimum 19-inch screen, 180-degree monitor rotation, and 90-minute battery life. It also specifies various scanning modes (2D, Doppler, etc.), control panel features (touchscreen, printer), and advanced functionalities such as image storage, annotation, and needle enhancement. Required analysis packages include procedural, abdominal, vascular, and cardiac. Four transducers with specific frequency ranges are mandated. Security requirements include an OEM-supported operating system, DICOM compliance, encrypted hard drive, and FIPS 140-2/3 compliant wireless connectivity. Training is required for 8 technologists and 10 physicians, with CME credits for technologists, and off-site biomedical technician training quoted as optional. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. The RFP also details options for trade-in of four Sonosite SII units and several ultrasonic transducers.
The VA North Texas Health Care System seeks four portable ultrasound units for its PM&R department to expand patient services. The Request for Proposal (RFP) details extensive technical requirements, including physical specifications (e.g., 15-inch minimum screen, 90-minute battery life, 50x35x40-inch maximum dimensions, 90 lbs maximum weight), various scanning modes (2D, 3D freehand, M-Mode, Doppler types), and Doppler display capabilities. Control panel needs include a physical keyboard and black-and-white printer. Additional features such as panoramic mode, image optimization, and needle enhancement are required. The RFP also specifies analysis packages (abdominal, musculoskeletal, vascular, etc.), three types of transducers with defined frequency ranges, and advanced features like MRI image acceptance and DICOM compatibility. Security requirements include an OEM-supported OS, encrypted hard drive, and PACS compatibility. Training for clinical applications and biomedical technicians, along with a one-year warranty, remote diagnostic service, and comprehensive documentation (manuals, technical sheets), are mandatory. Vendors must provide detailed information supporting their compliance with all requirements.
The VA North Texas Health Care System seeks four portable ultrasonic scanning systems for its PM&R department to expand patient services. The technical requirements include a minimum 15-inch screen, 40-55 inch monitor height, 35-50 inch control panel height, three transducer ports, and 90 minutes of battery life. The equipment must support 2D, 3D, M-Mode, Pulsed Wave, Continuous Wave, Velocity Color, Color Power, and Tissue Doppler scanning modes, along with various Doppler displays and control panel features like a physical keyboard and black-and-white printer. Additional specifications include panoramic mode, image/Doppler optimization, programmable protocols, and elastography. Required analysis packages cover abdominal, musculoskeletal, small parts, vascular, urology, obstetric, and breast studies. The system must be compatible with MRI images and meet security standards such as OEM-supported OS, DICOM, encrypted hard drive, PACS compatibility (VA VistA Imaging, Optum), and FIPS 140-2/140-3 compliant wireless connectivity. Training involves on-site clinical applications for five technologists with CME credits and biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty and post-warranty remote diagnostic service. Vendors must provide specific documentation like a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specifications.
The VA North Texas Health Care System seeks four portable ultrasound units for its PM&R department to expand workload capacity and treat more veterans. The solicitation outlines detailed technical specifications including physical dimensions, scanning modes (2D, 3D, M-Mode, various Doppler types), Doppler displays, control panel features (physical keyboard, printer), and additional specifications like panoramic mode and needle enhancement. Required analysis packages cover abdominal, musculoskeletal, small parts, vascular, urology, and obstetric applications. The request also specifies three types of transducers with defined frequency ranges. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging, Optum), DICOM support, and FIPS 140-2/3 compliant wireless connectivity. Training requirements mandate on-site clinical applications training for technologists with CME credits and follow-up, along with biomedical technician training. Additional value offerings like extended warranties, remote diagnostic services, and advanced features such as shear wave and strain-based elastography are encouraged. Vendors must provide specific documentation, including operator and service manuals, product brochures, and support information. The VA has no trade-in units or ancillary equipment.
The VA North Texas Health Care System seeks four portable ultrasonic scanning systems for its PM&R department to expand patient services. The required systems must meet specific technical specifications, including a 15.6-inch minimum screen, 90-minute battery life, and various scanning and Doppler modes like 2D, 3D, and Velocity Color Doppler. They must also have a physical keyboard, black-and-white printer, and features like panoramic mode and needle enhancement. Analysis packages for abdominal, musculoskeletal, vascular, and other areas are mandatory, along with specific linear and convex transducers. Security features include an OEM-supported OS, DICOM compatibility, encrypted hard drive, and PACS integration. Training requirements include on-site clinical applications training for five technologists and available biomedical technician training. Service demands cover VPN/remote access, operator and service manuals, and a one-year warranty with all parts and labor. Preferred added-value items include an extended warranty and shear wave elastography.
The VA North Texas Health Care System seeks three portable mini C-arms for surgical services. These units must meet specific technical requirements, including flat panel detectors, minimum detector size of 15 cm, and various ranges of motion. Additional specifications include image magnification, consistent field of view, measurement software, and automatic video playback. Security and connectivity requirements mandate an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging and Optum, and wireless connectivity with FIPS 140-2 or 140-3 compliance. Training requirements include on-site clinical applications training for technologists and physicians, and continuing education credits for technologists. Vendors must also provide remote diagnostic services, operator and service manuals, and a one-year warranty. The RFP encourages vendors to offer added value such as extended warranties and advanced service programs. Required documentation includes pre-procurement forms, MDS2, FIPS certification, product brochures, and technical specification sheets. The VA has no trade-in units.
The VA North Texas Health Care System seeks three portable mini C-arms for surgical services. The required units must be mobile, feature flat panel detectors (minimum 15cm), and possess specific ranges of motion (orbital 150°, pivot 400°, panning 220°, vertical 20cm). Key technical specifications include a minimum generator power of 0.0016-.0125 kW, a 17-inch monitor, 100,000 image capacity, and a 1400x1400 pixel matrix. Additional requirements cover image magnification, consistent field of view, low-profile tube housing, integrated keyboard, measurement software, automatic video playback, and selectable mode settings. Security and connectivity mandate an OEM-supported OS, latest DICOM standards, encrypted hard drive, PACS compatibility with VA VistA Imaging and wireless connectivity. Training involves on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Added value includes extended warranty and post-warranty remote diagnostic service.
The VA Eastern Colorado Healthcare System is seeking four Cardiac Ultrasound Systems to replace existing GE Vivid E95 systems. These systems will be used by Cardiology to diagnose and treat structural heart disease in veterans, aiming for quicker results, accurate measurements, and increased efficiency. The request details extensive technical requirements including physical specifications (e.g., minimum 22-inch monitor, 12-inch touchscreen, 4 active transducer ports), various scanning and Doppler modes (2D, 3D, 4D, Color M-Mode, Pulsed Wave Doppler, etc.), and control panel features (physical and touchscreen keyboards, black-and-white printer). Additional specifications include multi-modality display, image annotation, one-button optimization, programmable protocols, and PACS compatibility. Required analysis packages cover procedural, abdominal, vascular, cardiovascular clinical, cardiac 3D quantification, and quantitative analysis. Transducers with specific frequency ranges are also required. Advanced features such as 4D markers, image storage, 4D valve and chamber quantification, and AI optimization tools are sought. Security and connectivity requirements include an OEM-supported operating system (Windows 10), latest DICOM standards, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. The RFP also outlines comprehensive training requirements for clinical technologists and physicians, and biomedical technicians, along with service requirements including VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. Four operational GE Healthcare VIVID E95 systems are available for trade-in.
The VA Eastern Colorado Healthcare System seeks to acquire four Cardiac Ultrasound Systems, replacing existing GE Vivid E95 systems, for its Cardiology department. These systems will aid in diagnosing and treating structural heart disease in veterans by providing quicker, more accurate results and increased efficiency. Key technical requirements include a 22-inch monitor, 12-inch touchscreen, 4 active transducer ports, 1TB image storage, and specific dimensions/weight limits. The systems must support various scanning modes (2D, 3D, 4D, Color M-Mode, Pulsed Wave Doppler, etc.), Doppler displays, and control panel features like a physical keyboard and articulating support arm. Advanced features, analysis packages (procedural, abdominal, vascular, cardiovascular clinical, cardiac 3D quantification, quantitative analysis), and specific transducers are also required. Security and connectivity mandate an OEM-supported OS, latest DICOM standards, encrypted hard drive, and PACS compatibility (VA VistA Imaging, AGFA, ISCV, CCW), with FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information is also required. Service requirements include VPN/remote access capabilities, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Trade-ins of four operational GE Vivid E95 systems are included, with the vendor responsible for sanitization and restoration if necessary. Vendors are encouraged to offer added value such as extended warranties or complimentary biomed technical training.
The Department of Veterans Affairs (VA) is requesting proposals for a new Computed Tomography (CT) unit at the Greenville VA Clinic, North Carolina, to replace end-of-life equipment. The new CT unit must meet specific technical requirements, including a minimum of 128 slices, a 75 cm gantry aperture, and a 40 mm detector width. Additional specifications include the ability to display CTDIvol and DLP dose, ECG monitoring, gantry tilt, and a CT injector. Workstation requirements specify independent operation of the table, gantry, and CT fluoroscopy, modeled iterative reconstruction, and various advanced applications such as CT Cardiac, Vessel IQ, and Autobone. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and McKesson PACS. Training requirements include on-site clinical applications training for technologists and detailed biomedical technician training. Vendors are encouraged to offer extended warranties and comprehensive service support. The VA also has existing equipment, including a GE Healthcare CT Optima 660 and a Bayer HealthCare Stellant D Dual Syring injector, available for trade-in.
The Greenville VA Clinic Radiology Department requires a new Computed Tomography (CT) unit to replace its outdated equipment. The new CT scanner must have a minimum of 128 slices, a 75 cm gantry aperture, and a 675 lbs patient table load capacity. It also needs advanced features such as independent operation of table, gantry, and CT fluoroscopy from the control room, dose display capabilities, iterative reconstruction, and ECG-gated studies. Workstations require 24-inch monitors with UPS for 20-25 minutes. The system must support CT Cardiac, Vessel IQ, and Autobone applications, and integrate with DICOM, PACS (VA VistA Imaging, McKesson), and Dosemonitor. Training includes on-site clinical applications for three technologists and optional off-site biomedical technician training. A one-year warranty covering parts, labor, and PMs is mandatory, with remote diagnostic service programs. The clinic offers trade-in for a GE Healthcare CT Optima 660 and a Bayer HealthCare LLC Stellant D Dual Syring injector. Vendors are encouraged to offer added value like extended warranties and comprehensive support structures.
The Greenville VA Clinic Radiology department requires a replacement General-Purpose Radiographic/Fluoroscopic (R/F) System, as detailed in this compliance matrix. The request specifies comprehensive technical requirements for wall and table detectors, physical unit specifications like generator power and kVp ranges, and additional features such as continuous/pulsed fluoroscopy, an overhead tube mount, and automatic dose rate control. The system must also include automatic stitching capabilities, specific table requirements for patient load and movement, and workstation specifications. Software demands cover rapid image display and dose reduction, while security and connectivity necessitate OEM-supported OS, encrypted drives, and PACS compatibility. The RFP outlines clinical and biomedical technician training, a minimum one-year warranty, and optional value-added services like extended warranties and remote diagnostics. Trade-in information for an existing GE HEALTHCARE USA PRECISION 500D system is also included.
The Greenville VA Clinic Radiology department requires a replacement Fluoroscopy System, primarily for radiology fluoroscopy studies and speech pathology modified barium swallows. Key technical requirements include a digital detector configuration with wireless wall and fixed table detectors, both at least 17x17 inches, and one additional 17x17 inch wireless detector. The system needs a minimum 65 kW generator, specific kVp ranges for radiography and fluoroscopy, and various advanced features like automatic dose rate control, continuous and pulsed fluoroscopy modes, and automated image capture. Additional requirements cover automatic stitching capabilities, specific table dimensions and load capacities, and workstation features including a touchscreen and UPS. Software must support repeat rate tracking, rapid image display, stitching, multiple image processing algorithms, dose reduction, and fluoroscopy loop recording. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drive, and compatibility with VA VistA Imaging, McKesson PACS, and Dosemonitor. The project also specifies on-site clinical applications training for five technologists, service requirements including VPN/remote access, and a minimum one-year warranty. Optional value-added offerings and trade-in considerations are also detailed.
This government file is an RFP for a replacement Radiographic / Fluoroscopic (R/F) System for the Greenville VA Clinic Radiology department. The system will primarily be used for radiology fluoroscopy studies and speech pathology modified barium swallows. The RFP details extensive technical requirements for the R/F system, including digital detector configuration (wall, table, and additional wireless detectors), physical specifications (generator power, kVp ranges, field of view, spatial resolution, pixel size), and various additional features like high-frequency generators, continuous and pulsed fluoroscopy, automated image capture, and patient alignment systems. It also outlines automatic stitching requirements, comprehensive table specifications (height, tilt, movement, patient grips), workstation requirements (monitor sizes, touchscreen, UPS), and software specifications (repeat rate tracking, stitching, image processing, dose reduction, fluoroscopy loop recording). Security and connectivity requirements include OEM-supported OS, encrypted hard drives, and compatibility with VA VistA Imaging and McKesson PACS. The RFP further specifies training requirements for clinical staff and biomedical technicians, service requirements, minimum warranty, and
The Greenville VA Clinic Radiology department requires a replacement Radiographic/Fluoroscopic (R/F) System, primarily for fluoroscopy and speech pathology studies. The system needs specific technical requirements including wireless and fixed detectors of varying sizes, a 65 kW generator, and a kVp range of 40-150 for radiography and 40-125 for fluoroscopy. Additional specifications include a high-frequency generator, continuous and pulsed fluoroscopy, automated image capture, and an integrated swallow study workstation. The system must support automatic stitching, have a patient table with a 650 lbs static load capacity and full articulation, and a touchscreen acquisition workstation with UPS. Software must track repeat rates, offer rapid image display (<5 seconds), and provide dose reduction features. Security requirements include an OEM-supported operating system, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and McKesson PACS. The vendor must provide on-site clinical training for five technologists, service manuals, and a one-year warranty. Optional added values include extended warranty and a post-warranty remote diagnostic service program. A GE HEALTHCARE USA PRECISION 500D system is available for trade-in.
The Durham VA Medical Center's Radiology Department requires a dedicated seated nuclear cardiac camera. The request specifies a solid-state detector with pixilated Cadmium Zinc Telluride (CZT) crystals and a Tungsten collimator, achieving 80% detection efficiency at 140 KeV. Key requirements include a chair-type imaging table, processing workstation with reconstruction and ECG/cardiac gating software, and external ECG connectivity. Workstation specifications demand Windows 11 compatibility, an Intel Core i7 Processor, TPM 2.0 Compliance, and UPS for both acquisition and processing workstations. Safety features include a patient grab bar, and clinical applications must support cardiac imaging. Security requires an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and McKesson PACS. Training involves on-site clinical applications for technologists and optional for physicians, along with biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional warranty years are considered added value. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, and typical CAD drawings. No trade-in units are offered by the VA.
The Durham VA Medical Center requires a dedicated seated nuclear cardiac gamma camera for its nuclear medicine service, with specific technical requirements including solid-state pixilated CZT detector technology, an 80% detection efficiency at 140 KeV, and a minimum 15 cm field of view. The system must have a 10x11 ft footprint and operate on 110v. Key features include a chair-type imaging table, processing workstation with reconstruction and ECG/cardiac gating software, and UPS for the entire system (2-minute minimum). Workstation specifications include Windows 11 compatibility, Intel Core i7 processor, TPM 2.0, and 24-inch acquisition/22-inch processing monitors with 8GB hard drive space each. Safety features include a patient grab bar, while connectivity requires an OEM-supported OS, DICOM features, encrypted hard drive, and PACS compatibility with VA VistA Imaging and McKesson. Training includes on-site clinical applications for three technologists, with optional off-site biomedical technician training. Service demands VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering all parts, labor, and PMs. Additional warranty years and physician training are preferred. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specifications.
The Durham VA Medical Center requires a dedicated seated nuclear cardiac camera for its nuclear medicine service. The Request for Proposal (RFP) outlines detailed technical specifications for the GAMMA camera, including detector technology (solid state, pixilated crystals, Cadmium Zinc Telluride material), detection efficiency, minimum field of view (15 cm), and a minimum footprint of 10 x 11 ft. Additional requirements cover imaging table type (chair), processing workstation with specific monitor size (19 inches) and hard drive space (22 GB), ECG/cardiac gating software, and external ECG connectivity. The RFP also specifies safety features like grab bars and UPS for maintaining full functionality for at least two minutes during power outages. Training requirements include on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements detail VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Vendors are encouraged to propose added value offerings such as extended warranties and comprehensive support structures, which will be evaluated but are not mandatory for consideration. Other required documentation includes pre-procurement assessment forms, MDS2 forms, and technical specification sheets.
The Durham VA Medical Center requires a dedicated seated nuclear cardiac gamma camera for its nuclear medicine service, specifically for Room A3020 in Building 1. Key technical specifications include a solid-state, pixilated Cadmium Zinc Telluride (CZT) detector with a detection efficiency of 80% at 140 KeV, a minimum 15 cm field of view, and a 10x11 ft footprint. The system must include a chair-type imaging table, a processing workstation with reconstruction software, ECG/cardiac gating software, and UPS for both the system and workstations. Training requirements include on-site clinical applications training for three technologists, and vendors must offer off-site biomedical technician training as an optional item. Service requirements mandate remote diagnostics via VPN, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. Added value considerations include an additional year of warranty and on-site clinical training for two physicians. The RFP also details required documentation like a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical training information.
The New Jersey VA Healthcare System's Surgical Department is seeking to procure and install one mobile Radiographic Fluoroscopic (R/F-C ARM) unit for vascular applications at its East Orange VA Medical Center. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum detector and image intensifier sizes, ranges of motion, generator output, and image capacity. It also specifies additional features like image magnification, a wired foot pedal, and touchscreen monitor, along with advanced applications such as Digital Subtraction Angiography (DSA) and roadmap technology. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, PACS compatibility, and wireless connectivity. The RFP also details training requirements for clinical staff and biomedical technicians, service requirements, and "added value" considerations like extended warranties and 3D imaging features. Vendors must also provide various documentation, including service manuals and product brochures, and are invited to propose trade-in credits for an existing GE Healthcare OEC 9900 Elite unit.
The New Jersey VA Healthcare System's surgical department requires one mobile Radiographic Fluoroscopic (R/F-C ARM) unit for vascular applications at the East Orange VA Medical Center. The RFP outlines detailed technical specifications, including minimum detector and image intensifier sizes, extensive range of motion, and advanced features like Digital Subtraction Angiography (DSA) and roadmap technology. The unit must have robust security and connectivity, supporting DICOM, PACS (AGFA, VA VistA Imaging), and wireless VA network compatibility. Training for 15 technologists and 2 physicians, along with biomedical technician training, is mandatory. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering all parts and labor. Preferred added-value features include additional warranty, post-warranty remote diagnostic services, 3D imaging, and enhanced C-arm positioning. The solicitation also includes a trade-in option for a GE Healthcare USA OEC 9900 Elite unit.
The New Jersey VA Healthcare System's surgical department is seeking proposals for one mobile Radiographic Fluoroscopic (R/F-C ARM) unit for vascular applications at its East Orange VA Medical Center. The RFP outlines detailed technical specifications, including physical dimensions, image quality, motion ranges, and generator output. It also specifies requirements for advanced applications like Digital Subtraction Angiography (DSA) and connectivity features such as PACS compatibility and wireless network integration. The vendor must provide on-site clinical training for technologists and physicians, as well as biomedical technician training. Additional requirements include a minimum one-year warranty, remote diagnostic services, and comprehensive documentation like operator and service manuals. The RFP also includes an option for trading in an existing GE Healthcare USA OEC 9900 Elite unit.
The government file is an RFP for digital radiographic systems for the Bella Vista VA Clinic. The new equipment will support general radiography, chest X-rays, extremity X-rays, spine X-rays, and abdominal X-rays, enhancing local access to diagnostic imaging. Key technical requirements include wireless 17x17 wall and table detectors, two additional 14x17 wireless detectors, an 80kW generator, and a patient table with a 800 lbs static load capacity. The system must have a 19-inch acquisition workstation monitor, a 256GB hard drive, and UPS for both acquisition and processing workstations. Software requirements include stitching and bone suppression capabilities, dose reduction features, and compatibility with VA VistA Imaging and Philips VuePACS. Training requirements involve on-site clinical applications training for technologists with CME credits and technical training for biomedical technicians. Service requirements include VPN/remote access for diagnostics, operator and service manuals, and a minimum one-year warranty with all parts and labor.
The Bella Vista VA Clinic is expanding its Community-Based Outpatient Clinic (CBOC) with a new diagnostic imaging suite for routine radiographic examinations. This will include general radiography, chest X-rays, extremity X-rays, spine X-rays, and abdominal X-rays. The facility, located at 2121 Forest Hills Blvd, Bella Vista, AR 72715, requires a digital radiographic system with a 17x17 inch wireless wall detector, and various physical specifications such as an overhead tube mount, bucky tracking, and automatic parameter selection. The system needs a minimum 19-inch acquisition workstation monitor with a 256GB hard drive, both requiring UPS backup for at least 20 minutes. Software requirements include stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security and connectivity mandate an OEM-supported operating system, latest DICOM standards, encrypted hard drive, and compatibility with VA VistA Imaging, Philips VuePACS, ISI RAD, and DoseMonitor. Training for 4 technologists (clinical and follow-up with CMEs) and biomedical technicians is required, with off-site technical training as an optional quote. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (one electronic, one physical), and a minimum one-year warranty covering parts, labor, and PMs. Preferred added value offerings include additional warranty years, post-warranty remote diagnostic service, and compatibility with Cerner CareAware MultiMedia Release 7.
The Bella Vista VA Clinic is seeking bids for digital radiographic systems to support its new Community-Based Outpatient Clinic (CBOC) expansion. The clinic requires a system capable of general radiography, chest X-rays, extremity X-rays, spine X-rays, and abdominal X-rays. Key technical requirements include specific wall and table detector configurations (wireless, 17x17 inches), additional wireless detectors (two 14x17 inches), a minimum 80 kW generator, and a patient table with a 650 lbs static load capacity. The system must also include a charging station, grid attachments, and various holders for wireless detectors, along with an overhead tube mount and bucky tracking. The acquisition workstation needs a 19-inch monitor and 256 GB hard drive, with UPS for both acquisition and processing workstations. Software requirements include stitching, bone suppression, and dose reduction capabilities. The system must be PACS compatible with VA VistA Imaging, Philips VuePACS, and ISI RAD, and integrate with DoseMonitor. Training for technologists and biomedical technicians is mandatory, including on-site clinical applications training with CME credits. Service requirements include VPN/remote access for diagnostics, operator and service manuals, and a one-year warranty covering all parts and labor. Preferred added value features include extended warranties, remote diagnostic programs, and compatibility with Cerner CareAware MultiMedia Release 7.
The document outlines the technical, training, and service requirements for digital radiographic systems for the Bella Vista VA Clinic's new diagnostic imaging suite. The clinic needs equipment for general radiography, chest, extremity, spine, and abdominal X-rays, with specific requirements for wireless wall and table detectors (17x17 inches minimum), two additional 14x17 inch wireless detectors, an 80 kW generator, and a patient table with a 650 lbs static load capacity. Software must include stitching, bone suppression, dose reduction, and repeat rate tracking. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drives, and compatibility with VA VistA Imaging and Philips VuePACS. Training involves on-site clinical applications for four technologists and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional warranty, remote diagnostics, and Cerner CAMM compatibility are preferred but not required.
The VA Central California Health Care System's Cardiology Department is seeking to replace its Radiographic/Fluoroscopic (R/F) Cardiovascular Cath Lab equipment. This Request for Proposal (RFP) outlines detailed technical specifications for a biplane, ceiling-mounted system with advanced features like rotational angiography, pulsed fluoroscopy, and dose reduction software. The requirements also cover security, connectivity (including PACS compatibility), and comprehensive training for both clinical staff and biomedical technicians. Vendors must provide specific documentation, including operational and service manuals, and a minimum one-year warranty. The VA is also offering a Toshiba Infinix DP-I system for trade-in. The RFP emphasizes the need for vendors to adhere to strict formatting and content guidelines within the provided compliance matrix, with particular attention to added value offerings for service, warranty, and training.
The VA Central California HCS Cardiology Department seeks to replace its XR Cath Lab equipment for vascular and angio-interventional procedures, coinciding with a departmental renovation. The Request for Proposal (RFP) outlines extensive technical specifications for a biplane, ceiling-mounted radiographic/fluoroscopic system, including gantry depth, rotation ranges, table load capacities, and X-ray generator power. Key additional features required include pulsed fluoroscopy, full in-room control, digital detectors, UPS, dose reduction software, and PACS compatibility. Training requirements specify on-site clinical applications training for technologists and physicians, and detailed information for biomedical technician training. Service mandates VPN/remote access, two copies of operator and service manuals, and a one-year warranty including PMs. Preferred
The VA Central California Health Care System's cardiology department is seeking a replacement for its XR Cath Lab equipment for vascular and Angio-interventional procedures, coinciding with a renovation of their Cath Lab space. This procurement outlines detailed technical, security, connectivity, training, and service requirements for Radiographic/Fluoroscopic (R/F) Cardiovascular Systems. Key specifications include gantry dimensions, rotation ranges, table capacities, X-ray generator power, and various image processing and dose reduction software. The system must integrate with VA VistA Imaging and Compass Router PACS, and include robust security features. Training is required for technologists and physicians, and comprehensive service support, including remote diagnostics and manuals, is mandatory. The RFP also details preferred 'added value' features like extended warranties and continuous training, and lists documentation required from vendors. Trade-in options for existing equipment are also specified.
The VA Central California HCS Cardiology Department requires a replacement Cardiovascular Radiographic/Fluoroscopic (R/F) System (XR Cath Lab) for vascular and Angio-interventional procedures, coinciding with a renovation of their Cath Lab space at 2615 E. Clinton Ave, Fresno, CA. The system must meet detailed technical specifications, including gantry depth, rotation ranges, table load capacity, X-ray generator power, and various imaging parameters. Key features include a single-plane, ceiling-mounted PA gantry, IVUS/Physiology integration, rotational angiography, peripheral vascular software, pulsed fluoroscopy, and a flat panel digital detector (20 inches minimum). Security and connectivity requirements mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging, Compass Router, and Dose Monitor. Training for 7 technologists and 2 physicians is required on-site, with optional off-site biomedical technician training. Service demands include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Preferred added value offerings include extended warranty, post-warranty remote diagnostics, and continuous training. The VA has a Toshiba Infinix DP-I system available for trade-in.
The Fresno VA Medical Center is seeking a mobile Radiographic/Fluoroscopic (R/F) unit for its Surgical Department, outlined in this government Request for Proposal. The RFP details extensive technical specifications, including physical dimensions, image quality, range of motion, and generator output. It also specifies requirements for additional features like image magnification, foot pedals, measurement software, and various monitors. Advanced applications such as orthopedic imaging, DICOM compatibility, and wireless connectivity are also mandated. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, and PACS integration. The solicitation includes training for clinical staff and biomedical technicians, along with service requirements, a minimum one-year warranty, and options for additional value like extended warranties and remote diagnostics. Vendors must provide comprehensive documentation, including technical specifications, manuals, and security certifications. The current Hologic Inc. Fluoroscan Insight-FD unit is available for trade-in.
The Fresno VA Medical Center is seeking to replace one Radiographic/Fluoroscopic (R/F) Mobile Unit for its Surgical Department. The requested unit must be a mini, mobile R/F unit with a flat panel detector, minimum 15 cm detector size, and 10 cm image intensifier. Key technical specifications include a minimum spatial resolution of 6 lp/mm, various ranges of motion, a 12.8 kW generator, and 27-inch monitors. The unit must support advanced orthopedic applications, comprehensive security features like DICOM and PACS compatibility, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements include on-site clinical training for technologists and physicians, and optional off-site biomedical technician training. Service mandates a one-year warranty, remote diagnostic programs, and provision of operator and service manuals. Preferred added-value offerings include extended warranties and a post-warranty remote diagnostic service. A Hologic Inc. Fluoroscan Insight-FD, serial number 20-0815-27, is available for trade-in.
The VA Medical Center in Fresno, CA, is seeking a replacement Bone Densitometer to enhance diagnostic imaging services for osteoporosis and metabolic bone diseases. The procurement requires a unit with specific technical specifications, including scan times, patient table capacity, monitor size, and hard drive storage. Key features include a fan beam system, self-calibration, integrated dose reporting, and auto-generated reports. Migration requirements emphasize on-site transfer of existing studies, project management, and hardware support. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, DICOM compatibility, and PACS integration with VA VistA Imaging and Compass Router. Training requirements include on-site clinical applications for technologists and detailed biomedical technician training. Service expectations involve VPN/remote diagnostics, comprehensive manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and enhanced service support. The VA has no trade-in units to offer.
This document outlines the requirements for procuring a replacement Bone Densitometer for the VA Medical Center in Fresno, California. The new unit will support diagnostic imaging services for assessing and managing osteoporosis. Key technical specifications include maximum scan times for various body parts, a minimum patient table load capacity of 500 lbs, and a minimum monitor size of 24 inches. The system must be a fan-beam system, self-calibrating, include integrated dose reporting, and have UPS functionality for at least 5 minutes during a power outage. Migration of 25GB of existing studies is required, along with project management and technical support. Security and connectivity requirements include an OEM-supported operating system, DICOM compliance, an encrypted hard drive, and compatibility with VA VistA Imaging and Compass Router. Training requirements specify on-site clinical applications training for three technologists and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Additional warranty years are preferred but not required.
This government Request for Proposal (RFP) seeks to procure a replacement Bone Densitometer for the VA Medical Center in Fresno, California. The new unit will enhance diagnostic imaging services for osteoporosis and other metabolic bone diseases, replacing aging equipment. Key technical requirements include specific scan times, physical dimensions, patient load capacity, and minimum monitor size and hard drive storage. The system must be a fan beam system, self-calibrating, and include integrated dose reporting, a mobile cart, and a printer. Migration requirements involve on-site transfer of existing studies, project management, technical resources, and necessary hardware. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, and compatibility with VA VistA Imaging and Compass Router PACS. Training includes on-site clinical applications for technologists and optional off-site biomedical technician training. Service requirements specify VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties. Trade-in of an operational GE Healthcare Lunar iDXA densitometer is also part of this RFP.
The VA Medical Center in Fresno requires a replacement Bone Densitometer to support diagnostic imaging services. The new unit must meet specific technical requirements, including scan times, patient table capacity, monitor size, and storage. Key features include a fan beam system, self-calibration, integrated dose reporting, and mobile cart/desk. Migration of existing studies and compatibility with VA VistA Imaging and Compass Router are essential. The request also outlines training requirements for clinical technologists and biomedical technicians, along with service needs such as VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Additional considerations include optional extended warranties and trade-in of the current GE Healthcare Lunar iDXA unit.
The government file outlines the requirements for a Digital Mammography replacement unit for the Malcom Randall VAMC, specifically for the Diagnostic Imaging-Radiology department. The request is for one 3D system with 2D capability, two radiologist diagnostic mammography workstations, and the ability to perform stereotactic exams with CAD. Key technical specifications include a generator voltage range of 20-49kV, mAs range of 3.0-500mAs, and a minimum detector size of 24cm x 29cm. The document also details comprehensive workstation, additional system specifications, and paddle requirements. Security and connectivity mandate OEM-supported operating systems, DICOM compatibility, HL7 integration, and PACS compatibility with VA VistA Imaging and Philips Intellispace. Training requirements cover on-site clinical applications for technologists and radiologists, with an emphasis on CME credits. Service requirements include a one-year warranty with parts and labor, remote diagnostic service via VPN, and provision of operator and service manuals. The RFP also lists preferred specifications, required documentation like the MDS2 form and FIPS certification, and details about trade-in equipment from Hologic and JOERNS.
The Malcom Randall VAMC requires one digital mammography replacement unit, a 3D system with 2D capability, for its Diagnostic Imaging-Radiology department. The system must include two radiologist diagnostic mammography workstations, stereotactic exam capability, and CAD. Key technical specifications include a generator voltage range of 20-49kV, a minimum detector size of 24cm x 29cm, and various advanced features such as breast tomosynthesis and a stereotactic/tomosynthesis-guided biopsy system. The request also details requirements for acquisition and review workstations, security, connectivity (including PACS compatibility with VA VistA Imaging and Philips Intellispace), and various compression paddles. Training for technologists and radiologists is mandatory, with follow-up sessions and continuing education credits. A one-year warranty covering parts, labor, and PMs is required, with additional years of warranty and post-warranty remote diagnostic service as preferred options. Trade-in equipment, including Hologic and JOERNS units, is available. The proposal must include specific documentation, such as a pre-procurement assessment form and product brochures.
The Malcom Randall VAMC is seeking a replacement Digital Mammography system, specifically a 3D system with 2D capabilities, including two radiologist diagnostic workstations. Key technical requirements include a generator voltage range of 20-49kV, a mAs range of 3.0-500mAs, and a minimum detector size of 24cm x 29cm. The system must support stereotactic exams, 2D/3D CAD, high-resolution 3D images, and the ability to create 2D synthetic images. Additional specifications cover various paddles for different compression types and a comprehensive suite of security and connectivity features like HL7 integration and PACS compatibility. Training requirements mandate on-site clinical applications training for technologists and radiologists, with follow-up sessions, and continuing education credits. Service requirements include a minimum one-year warranty, remote diagnostic capabilities via VPN, and provision of operator and service manuals. The VAMC also has specific trade-in equipment, including Hologic mammography units.
This government file details the requirements for a Digital Mammography replacement unit for the Malcom Randall VAMC in Gainesville, FL. The request is for one 3D system with 2D capability, including two Radiologist diagnostic mammography workstations, stereotactic exam capability, and 2D/3D CAD. The document specifies detailed technical requirements for the unit's physical specifications (e.g., generator voltage range 20-49kV, detector size 24cm x 29cm), workstation requirements (e.g., minimum one acquisition workstation, two physician review workstations), and additional features such as breast tomosynthesis, AI solutions for 3D images, and a stereotactic/tomosynthesis guided biopsy system with associated equipment like a Vacuum Assisted Biopsy Device and Guided Biopsy Positioning Chair. Connectivity requirements include OEM-supported OS, DICOM compliance, encrypted hard drive, HL7 integration, and PACS compatibility with VA VistA Imaging and Philips Intellispace. Training requirements cover on-site clinical applications for technologists and radiologists during go-live and follow-up, with CME credits for technologists, and optional biomedical technician training. Service requirements mandate VPN/remote access, operator and service manuals, and a minimum one-year warranty. Preferred additional offerings include extended warranty and a post-warranty remote diagnostic service program. The file also outlines required documentation and details equipment available for trade-in, including Hologic and JOERNS mammography systems.
The Edward Hines Jr. VA Medical Center requires a replacement 1.5T MRI system with specific technical requirements, including a minimum bore width of 70 cm, 204 channels, and a 550 lbs table load capacity. The system must feature advanced technologies like compressed sense, motion correction, and helium-save. It also needs comprehensive workstation and coil requirements, including torso, knee, shoulder, and neurovascular coils. Safety systems for magnet quenching and fire suppression are mandatory. The RFP specifies extensive clinical and biomedical training, a one-year warranty with remote diagnostic services, and PACS compatibility. The VA also offers a Siemens Magnetom Espree 1.5T MRI for trade-in. Turnkey installation services, including a site visit, are required.
The Edward Hines Jr. VA Hospital's Endocrinology Department requires an advanced Endocrinology Ultrasound system with a 5-year warranty, specialized software, and probes for neck soft tissue and thyroid evaluations, cancer screening, and guided biopsies. The system must meet detailed technical specifications, including a minimum 23.8-inch screen, various scanning and Doppler modes, and specific control panel features. Additional requirements include advanced analysis packages for thyroid/nodule elastography, a wideband linear transducer (3.4-12.6 MHz), and security features like an encrypted hard drive and PACS compatibility. The vendor must provide on-site clinical and biomedical technician training, along with service and operator manuals. Preferred features, though not mandatory, include Cerner CareAware MultiMedia (CAMM) Release 7 compatibility. The RFP emphasizes the need for comprehensive documentation, including technical specification sheets and support structure information, and notes that no trade-in units or ancillary equipment are available from the VA.
The Edward Hines Jr. VA Hospital's Endocrinology Department requires an advanced Ultrasound system with a 5-year warranty, specialized software, and probes for neck soft tissue and thyroid evaluations, including cancer screening and surveillance. The new system must offer advanced Elastography-Ultrasound Software diagnostics for assessments and measurements, addressing limitations of their current shared, portable unit. Key technical specifications include a minimum 23.8-inch screen, 4 transducer ports, 345 GB internal storage, and 30-minute battery life. The system needs comprehensive scanning modes (2D, 3D, M-Mode, Doppler), various Doppler displays, and a control panel with a physical keyboard and touchscreen. Additional features like panoramic mode, multi-modality display, image annotation, one-button optimization, and shear wave elastography are required. The system must support specific analysis packages for thyroid/nodule elastography and include two wideband linear array transducers. Connectivity and security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS integration (VA VistA Imaging), and FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for unlimited technologists during go-live. Vendors must provide VPN/remote access, operator/service manuals, and a minimum one-year warranty. Added value offerings include extended warranties and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7.
The Edward Hines Jr. VA Hospital's Endocrinology Department requires an advanced Endocrinology Ultrasound system with a 5-year standard warranty, including specialized software and probes. This system will be used weekly/daily for advanced neck soft tissue and thyroid evaluation, cancer screening, and backup support for other Medicine Service Departments. Key technical requirements include a minimum 22-inch screen, +/- 90-degree monitor rotation, 4 transducer ports, 345 GB internal image storage, and 30 minutes of battery life. The system must support various scanning modes (2D, 3D, M-Mode, Doppler), multiple Doppler displays, and control panel options (physical keyboard, touchscreen). Additional features like panoramic mode, image annotation, elastography, and needle enhancement are essential. The request also specifies analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, and breast applications, along with a wideband linear transducer (4-18 MHz). Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training for clinical staff and biomedical technicians, plus comprehensive service and operator manuals, are mandatory. The VA has no trade-in units. Vendors must also provide several documents, including a completed pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Edward Hines Jr. VA Hospital’s Endocrinology Dept is requesting an Endocrinology Ultrasound with a 5-Year Standard Warranty, including advanced software and probes for neck soft tissue and thyroid evaluations, as well as cancer screening and surveillance. The unit will be used weekly/daily and serve as a backup for other Medicine Service Depts. The existing portable ultrasound lacks advanced Elastography-Ultrasound Software diagnostics. Key technical requirements include a 22-inch screen, +/- 90-degree monitor rotation, 4 transducer ports, 345 GB internal image storage, and 30 minutes of battery life. The system must support various scanning modes (2D, 3D, M-Mode, Doppler), have a physical keyboard and touchscreen, and include advanced features like shear wave elastography and needle enhancement. Essential analysis packages cover thyroid/nodule elastography, and the system requires two wideband linear array ultrasound transducers (4-18 MHz). Advanced features include real-time 3D needle tracking during biopsy. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, with vendors accommodating different shifts. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, two copies each of operator instruction and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Additional years of warranty and compatibility with Cerner CareAware MultiMedia Release 7 are preferred added values. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, technical training information, and support structure details.
This government Request for Proposal (RFP) from the Edwards Hines VA Hospital seeks a new ultrasound unit for its PM&R clinic. The existing unit is outdated, and the new equipment aims to improve patient and staff satisfaction with advanced features. The RFP details extensive technical requirements including physical specifications (e.g., 21-inch screen, 1 TB image storage, 20-minute battery life, max 60x30x24 inch dimensions, 220 lbs weight), various scanning modes (2D, 3D, Doppler, etc.), control panel features, analysis packages (Musculoskeletal, Small Parts), and transducers. Security and connectivity requirements include an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility. Training requirements cover on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty with PMs. Vendors are encouraged to offer added value such as extended warranties or post-warranty remote diagnostic services. No trade-in units are available. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical training information.
The Edwards Hines VA Hospital's Physical Therapy department requires one new ultrasonic scanning system to replace an aged unit. The new system must meet specific technical requirements, including a minimum 21-inch screen, 1 TB image storage, and 20 minutes of battery life, with maximum dimensions of 60x30x24 inches and a weight of 220 lbs. It must support 2D, 3D (freehand), and various Doppler scanning modes, alongside musculoskeletal clinical and small parts analysis packages. The system needs three transducer ports, with specific curved and linear transducers included. Security features such as an OEM-supported operating system, encrypted hard drive, and PACS compatibility are mandatory. The vendor must provide on-site clinical training for five technologists and five physicians, two copies of operator and service manuals (one electronic, one physical), and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional offerings for extended warranty and post-warranty remote diagnostics are encouraged. VA has no trade-in units to offer.
The Edward Hines VA Hospital's Physical Therapy Department is seeking a new ultrasonic unit to replace an aging system. The new unit must meet specific technical requirements, including a minimum 21-inch screen, 180-degree monitor rotation, 90-degree tilting, and a height range of 40-70 inches. It requires two split screens, three transducer ports, 1 TB image storage, and 180 minutes of battery life. The unit must support various scanning modes (2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, etc.) and Doppler displays (Frequency, Velocity, Power). Control panel specifications include physical keyboard, touchscreen, and keyboard on touchscreen. Additional features like panoramic mode, multi-modality display, and one-button optimization are required. The RFP also details specific analysis packages (Musculoskeletal Clinical, Small Parts) and transducers (Curved, Linear). Security and connectivity requirements emphasize an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training for clinical staff and biomedical technicians, along with service requirements like VPN/remote access and comprehensive manuals, are outlined. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs.
The Edward Hines VA Hospital seeks to procure one new ultrasonic scanning system for its PM&R clinic, replacing an aged unit to enhance patient and staff satisfaction through technological advancements. The required unit must meet specific physical dimensions and weight, include a 21-inch screen with 180-degree rotation and 90-degree tilting, a control panel with 120-degree rotation, three transducer ports, 1TB image storage, and 180 minutes of battery life. It must support 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave, Continuous Wave, Velocity Color, Color Power, and Tissue Doppler Imaging modes, with various Doppler displays and steering capabilities. The control panel needs a physical and touchscreen keyboard with an articulating support arm. Additional features include panoramic mode, multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, beam steering, and a mobile stand. Analysis packages for Musculoskeletal Clinical and Small Parts are required, along with specific curved and linear transducers. Advanced features include a Fusion-Targeted Biopsy System with image storage. Security requirements specify an OEM-supported OS, latest DICOM features, an encrypted hard drive, and wireless PACS compatibility with VA VistA Imaging and Change Healthcare/OPTUM. The procurement includes on-site clinical training for five technologists and five physicians, with continuing education credits, and detailed information on biomedical technician training. A one-year manufacturer's warranty covering parts, labor, and PMs is mandatory, with optional post-warranty remote diagnostic services. Vendors must provide operator and service manuals. Preferred added-value specifications include additional warranty years and compatibility with Cerner CareAware MultiMedia Release 7.
The Hines VA Multidisciplinary Pain Clinic requires a new Ultrasound system to manage increased patient flow and perform advanced procedures like deeper joint injections and nerve blocks. The request details specific technical requirements for the system, including physical specifications (e.g., screen size, monitor rotation, battery life), scanning modes (e.g., 2D, M-Mode, Doppler), Doppler displays, control panel features (e.g., physical keyboard, touchscreen), and additional functionalities like image annotation and needle enhancement. Analysis packages for various medical specialties and specific transducers are also required. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS compliance, and an encrypted hard drive. The RFP outlines comprehensive training requirements for clinical staff and biomedical technicians, as well as service requirements, including VPN/remote access for diagnostics and a one-year warranty covering parts and labor. Preferred "added value" specifications, such as extended warranty and Cerner CAMM compatibility, are also noted. Vendors must submit a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical training details.
The Edward Hines Jr. VA Hospital's Multidisciplinary Pain Clinic is seeking one advanced Ultrasound system to manage increased patient flow and perform new procedures such as deeper joint injections, peripheral nerve blocks, and PRP injections. The system requires specific physical dimensions, a minimum 13.5” x 7.6” screen, and at least three transducer ports. It must support 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler, Tissue Doppler Imaging, and ACO scanning modes. Key features include a physical and touchscreen keyboard, multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, and specific analysis packages for procedural, abdominal, musculoskeletal, vascular, pelvic, urology, obstetric, breast, and cardiovascular applications. Three transducers (L19-5, C5-1, L15-4) are mandatory. Security requirements include an OEM-supported OS, DICOM support, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), an encrypted hard drive, and VA VistA Imaging PACS compatibility with AES-256 encryption. Training includes on-site clinical applications for technologists and physicians, and optional biomedical technician training. The system needs a one-year warranty with parts, labor, and PMs, remote diagnostic capabilities, and essential service manuals. Added value is given for extended warranties, Cerner CareAware MultiMedia compatibility, and version long-range plans. The VA has no trade-in units.
The Edward Hines Jr. VA Hospital's Surgery Department is seeking a new Ultrasound system to accommodate increased patient flow and facilitate advanced procedures like deeper joint injections and nerve blocks. The request details extensive technical specifications, including physical dimensions, scanning modes (2D, M-Mode, Doppler variants), control panel features (physical keyboard, touchscreen), and additional functionalities like image annotation and needle enhancement. The system must support various analysis packages (procedural, musculoskeletal, vascular) and include specific transducers (L19-5, C5-1, L15-4). Security and connectivity requirements mandate an OEM-supported operating system, encrypted hard drive, wireless connectivity compatible with FIPS 140-2/3, and PACS compatibility (Change Healthcare/OPTUM, VA VistA Imaging). Training requirements include on-site clinical applications for technologists and physicians, and technical training for biomedical staff. Service provisions demand VPN/remote access for diagnostics, operator and service manuals, and a minimum one-year warranty. Preferred added-value features include an extended warranty, shear wave elastography, and compatibility with Cerner CareAware MultiMedia Release 7. Vendors must provide comprehensive documentation, including technical specifications, security forms, and support information.
The Multidisciplinary Pain Clinic at Hines VA is requesting one Ultrasound system to enhance patient care and facilitate new procedures. The technical requirements for this system include specific physical specifications like a 13.5” x 7.6” minimum screen size, 3 transducer ports, 128GB/1 day minimum image storage, and 180 minutes minimum battery life. It must support various scanning modes, Doppler displays, and control panel features such as a physical keyboard and touchscreen. Additional specifications include multi-modality display, image annotation, and needle enhancement. The system requires multiple analysis packages and specific transducers. Security and connectivity mandate an OEM-supported operating system, DICOM compliance, wireless connectivity compatible with FIPS 140-2 or FIPS-3, an encrypted hard drive, and PACS compatibility with Change Healthcare/OPTUM and VA VistA Imaging. Training requirements involve on-site clinical applications training for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Preferred added-value features include additional warranty, Cerner CareAware MultiMedia compatibility, shear wave and strain-based elastography, and voice assist. Vendors must provide specific documentation, and there are no trade-in units.
The Edward Hines Jr. VA Medical Center is seeking a replacement Magnetic Resonance Imaging (MRI) system, specifically a Siemens Healthcare Magnetom Sola 1.5T, to upgrade its 16-year-old Siemens Magnetom Espree 1.5T. The new MRI will support various medical diagnostics, treatment planning, and monitoring across departments like Radiology, aiming to increase patient care by 4%. The RFP details extensive technical specifications for the MRI unit, patient table, workstations, and coils. It also outlines requirements for safety, advanced applications (neuro, ortho, cardiac, oncology, vascular), security, and connectivity, including PACS compatibility. The contract includes provisions for clinical and biomedical technician training, comprehensive service requirements, a minimum one-year warranty, and requests for additional value offerings like extended warranties and remote diagnostic programs. The facility is offering its current MRI for trade-in and requires vendors to provide detailed documentation, including product brochures, technical specifications, and security forms. Turnkey installation services, including site preparation and support structures, are also a key component of this procurement.
The Michael E. Debakey VA Medical Center's Operative Care Line requires a new mobile C-arm R/F unit for orthopedic surgeries, with potential use as a backup system for other surgical services. The RFP outlines detailed technical specifications, including physical dimensions, imaging capabilities (flat panel detector, 3D imaging), and advanced applications like Digital Subtraction Angiography (DSA) and vascular/orthopedic profiles. The unit must meet specific security and connectivity requirements, including OEM-supported OS, encrypted hard drive, and PACS compatibility with Carestream VuePACS and VA VistA Imaging. Training requirements cover on-site clinical applications for technologists and physicians, as well as biomedical technician training. Service expectations include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, and long-range version plans. They must also submit various documents, including product brochures and technical specification sheets, and acknowledge that no trade-in units are available.
The Michael E. DeBakey VA Medical Center requires one new mobile C-arm (XR PORT C ARM) for orthopedic surgeries, with other surgical services using it as a backup. The RFP details extensive technical specifications, including a flat panel detector (minimum 30x30 cm), 180-degree orbital rotation, 7 kW generator output, and capacity for 40,000 images. Additional features include wireless foot pedal, touchscreen monitor with rotation, continuous fluoroscopy, UPS, and 3D imaging capability. Advanced applications like Digital Subtraction Angiography (DSA), roadmap technology, and orthopedic-specific tools are required. Security and connectivity requirements include OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS integration (Carestream VuePACS, VA VistA Imaging). Training involves on-site clinical applications for technologists and physicians, with CME credits for technologists, and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals, and a minimum one-year warranty with PMs. Added value considerations include extended warranty and Cerner CareAware MultiMedia compatibility. Vendors must submit a pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification, product brochures, technical specifications, typical drawings, biomedical training details, and support information. No trade-in units are available.
The Michael E. DeBakey VAMC Cardiology Department requires 11 cardiology ultrasound systems to replace and expand services. The Request for Proposal (RFP) outlines detailed technical specifications including minimum screen size (20 inches), 500 GB image storage, and 30 minutes of battery life. Required scanning modes include 2D, 3D, M-Mode, and various Doppler functionalities. Control panel specifications demand a physical keyboard, touchscreen, and keyboard on the touchscreen. Additional features like panoramic mode, multi-modality display, and one-button optimization are also specified. Analysis packages must cover procedural, abdominal, and cardiovascular clinical applications. The RFP also details specific transducer requirements with defined frequency ranges. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, and PACS compatibility (VA VistA Imaging, VuePACS). Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information is also requested. Service requirements cover VPN/remote access, operator and service manuals. Preferred added-value offerings include extended warranty and a post-warranty remote diagnostic service program. The VA has Philips EPIQ 7 ultrasound machines and Philips Healthcare North America L12-3 ultrasonic probes available for trade-in.
The Michael E. DeBakey VA Medical Center in Houston, TX, requires 11 cardiology ultrasound systems to expand and replace existing services. The request outlines detailed technical specifications, including minimum screen size (20 inches), 2 split screens, 180-degree monitor rotation, 90-degree control panel rotation, 4 transducer ports, 500 GB image storage, and 30 minutes of battery life. The systems must support various scanning modes, Doppler displays, and control panel features, including physical and touchscreen keyboards. Additional features like panoramic mode, multi-modality display, and one-button optimization are also required. The solicitation specifies analysis packages, three types of transducers (X5-1C, X8-2T, D2CWC, or equivalents), and advanced features like image storage. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and wireless connectivity. Training for 11 technologists and 8 physicians is mandatory, with continuing education credits provided. The vendor must offer a one-year warranty with parts and labor, including PMs, and provide remote diagnostic services. There are also opportunities for trade-in of existing Philips EPIQ 7 ultrasound units and ancillary ultrasonic probes.
The Michael E. DeBakey VA Medical Center’s Cardiology Department requires 11 cardiology ultrasound systems to replace and expand services. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum screen size (20 inches), 500 GB image storage, 30 minutes battery life, and four transducer ports. The systems must support various scanning modes (2D, 3D, M-Mode, Doppler variations), possess specific control panel features (physical keyboard, touchscreen), and include advanced functionalities like panoramic mode, image annotation, and shear wave elastography. Analysis packages for cardiovascular clinical and procedural applications are also mandated. The RFP specifies required transducers (X5-1C, X8-2T, D2CWC) and connectivity requirements (OEM-supported OS, encrypted hard drive, PACS compatibility). Training for 11 technologists and 8 physicians, along with biomedical technician training, is essential. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The VA also offers several Philips EPIQ 7 ultrasound systems and probes for trade-in.
The Michael E. DeBakey VA Medical Center in Houston, TX, is requesting 11 cardiology ultrasound systems to replace and expand services within the main hospital and outpatient clinics. The technical requirements for these systems are extensive, specifying minimum screen and active screen sizes of 20 inches, at least two split screens, and monitor/control panel rotations of 180 and 90 degrees, respectively. The ultrasounds must have a minimum of four transducer ports, 500 GB of image storage, and a battery life of at least 30 minutes, along with one video port. Required scanning modes include 2D, 3D (freehand), navigation software, tissue harmonic imaging, M-Mode, simultaneous M-Mode, pulsed wave Doppler, continuous wave Doppler, velocity color Doppler, color power Doppler, tissue Doppler imaging, and strain imaging. Doppler displays must feature frequency, velocity, power (microvascular/directorial), duplex, triplex, and steering for color Doppler in 3-degree increments or less. The control panels must have a physical keyboard, touchscreen monitor, keyboard on the touchscreen, and an articulating support arm. The RFP also details additional specifications like panoramic mode, multi-modality display, image annotation, one-button image and Doppler optimization, programmable protocols, PACS compatibility, and specific applications for imaging specialties. Analysis packages must include procedural, abdominal, cardiovascular clinical, mitral valve navigator, cardiac 3D quantification, and autostrain for LV, LA, and RV. Three specific transducers are required: X5-1C (or equivalent) with a 1-5 MHz range, two X8-2T (or equivalent) with a 2-8 MHz range, and one D2CWC (or equivalent) with a 2-8 MHz range. Security and connectivity requirements include an OEM-supported operating system, latest DICOM standards, encrypted hard drive, PACS compatibility (VA VistA Imaging and VuePACS), wireless connectivity compatible with 802.11b/g/n and FIPS 140-2 or FIPS 140-3, and EchoNav compatibility. Training requirements specify on-site clinical applications training for 11 technologists and 8 physicians during go-live, with follow-up training for technologists and continuing education credits. Biomedical technician training information is also requested. Service requirements include VPN/remote access for diagnostics, two copies (electronic and physical) of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value specifications, such as extended warranty and advanced software functionalities, are encouraged but not mandatory. The facility is also offering several Philips EPIQ 7 ultrasound systems and Philips Healthcare North America L12-3 ultrasonic probes for trade-in.
The G.V. “Sonny” Montgomery VA Medical Center in Jackson, MS, is seeking to procure three ultrasonic V16 units for its Specialty Care Services (Cardiac Cath Lab) department. The Request for Proposal (RFP) outlines detailed technical requirements, including a minimum 21-inch screen size, 180-degree monitor and control panel rotation, a 20-inch control panel height range, and at least four transducer ports. The units must support various scanning modes (2D, 3D freehand, M-Mode, Doppler), multiple Doppler displays, and advanced control panel features like a physical keyboard and touchscreen. Additional specifications include panoramic mode, multi-modality display, image annotation, and one-button optimization. The RFP also specifies required analysis packages for vascular and cardiovascular clinical use, as well as three adult transducers with an 8-2 MHz frequency range. Security and connectivity requirements mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and wireless connectivity with FIPS compliance. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value considerations include extended warranties, post-warranty remote diagnostic service, and compatibility with Cerner CareAware MultiMedia Release 7. Vendors are requested to provide product brochures, technical specification sheets, and details on their support structure. Trade-in information for three Philips Healthcare EPIQ 7 units is also provided.
The G.V. “Sonny” Montgomery VA Medical Center requires three Ultrasonic (XR US) Scanning Systems for its Specialty Care Services (Cardiac Cath Lab). Key technical specifications include a minimum 21-inch screen, 180-degree monitor and control panel rotation, four transducer ports, and 1 TB of image storage. The systems must support 2D, 3D freehand, M-Mode, Doppler, and Tissue Harmonic Imaging. Control panels require physical and touchscreen keyboards with articulating support. Additional features include panoramic mode, multi-modality display, image annotation, one-button optimization, and PACS compatibility. Analysis packages for vascular, cardiovascular, and cardiac 3D quantification are mandatory, as are specific transducers with an 8-2 MHz frequency range. Security requirements include an OEM-supported OS, DICOM compliance, encrypted hard drives, and VA VistA Imaging PACS compatibility with FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for technologists and physicians, with CME credits for technologists, and available biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred added value includes extended warranty, post-warranty remote diagnostics, Cerner CareAware MultiMedia Release 7 compatibility, maximum weight of 100 kg, and a minimum 20-minute battery life. The RFP also includes a trade-in option for three Philips Healthcare EPIQ 7 systems.
The document outlines the technical, training, and service requirements for an ultrasonic imaging system for the G.V. “Sonny” Montgomery VA Medical Center in Jackson, MS. The system must meet detailed specifications including minimum screen sizes, various scanning and Doppler modes, control panel features (physical keyboard, touchscreen), and additional functionalities like panoramic mode and image annotation. Key analysis packages for vascular and cardiovascular applications are required, along with specific transducers (Adult TEE, Adult Cardiac, Pediatric TEE). Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and PACS integration with VA VistA Imaging. Training provisions cover on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access capabilities and provision of operator and service manuals. Preferred added value features include extended warranty, remote diagnostic service, and compatibility with Cerner CareAware MultiMedia.
The G.V. “Sonny” Montgomery VA Medical Center requires three Ultrasonic (XR US) Scanning Systems for its Specialty Care Services (Cardiac Cath Lab) department. The technical specifications include a minimum 21-inch screen, 180-degree monitor and control panel rotation, four transducer ports, and various scanning modes like 2D, M-Mode, and Doppler. The systems must have a physical keyboard, touchscreen, and articulating support arm. Key features include panoramic mode, multi-modality display, image annotation, one-button optimization, and PACS compatibility. Required analysis packages include Vascular, Cardiovascular Clinical, Mitral Valve Navigator, and Cardiac 3D Quantification. The solicitation specifies three adult cardiac transducers and three adult TEE transducers, along with one pediatric TEE transducer. Security requirements mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, VA VistA Imaging PACS compatibility, and FIPS-compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with CME credits for technologists, and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics and a one-year warranty covering parts, labor, and PMs. Additional preferred features include an extended warranty, post-warranty remote diagnostics, Cerner CareAware MultiMedia compatibility, a maximum weight of 100 kg, and a minimum 20-minute battery life. Vendors must provide specific documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets. The VA also offers three Philips Healthcare EPIQ 7 systems for trade-in.
The Kansas City VA Medical Center Radiology Department is seeking proposals for a new Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an end-of-life unit. The RFP outlines detailed technical specifications, including gantry aperture, detector width, axial and transaxial fields of view, table capacity, rotation time, crystal specifications, and time of flight resolution. Key requirements also include high-definition PET reconstruction, respiratory and ECG cardiac gating, various software applications for dose reduction and artifact reduction, and comprehensive workstation specifications. The proposal requires extensive training for clinical staff and biomedical technicians, along with service requirements such as VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties and AI/machine learning capabilities. The VA also has existing equipment, including a Siemens Biograph MCT PET/CT and a Medrad Stellant D contrast media injector, available for trade-in.
The Kansas City VA Medical Center Radiology Department requires a new Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an end-of-life unit. The new system must meet specific technical requirements, including a minimum of 128 reconstructed slices, a 70 cm gantry aperture, and a 500 lbs patient table load capacity. Key features include Time of Flight PET, high-definition PET reconstruction, and respiratory/ECG cardiac gating. Workstations need a minimum 19-inch monitor and substantial hard drive space. The system must also be compatible with existing VA systems like Philips Intellispace PACS and VA VistA Imaging, and integrate with NexoDose and HL7. Training for 5 technologists and 5 physicians is mandatory, along with a one-year warranty, operator/service manuals, and remote diagnostic capabilities. The VA is offering trade-in for a Siemens Biograph MCT system and Medrad Stellant D injectors.
The Kansas City VA Medical Center Radiology Department is seeking proposals for a new Computed Tomography (CT)/Positron Emission Tomography (PET) unit to replace an end-of-life system. The new PET/CT system will be used for diagnosing diseases like cancer, treatment planning, and monitoring progress across various specialties, including Oncology, Urology, Pulmonology, and Neurology. The RFP outlines detailed technical specifications for the unit's physical dimensions, imaging capabilities, and performance, including minimum acquired slices, gantry aperture, detector width, and time-of-flight resolution. It also specifies additional features like high-definition PET reconstruction, respiratory and cardiac gating, and compatibility with radiopharmaceuticals. The solicitation further details requirements for quality assurance tools, software applications (including dose reduction and metal artifact reduction), and workstation specifications with specific monitor and hard drive sizes. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, and compatibility with PACS (Philips Intellispace, VA VistA Imaging) and NexoDose. Training requirements cover clinical applications for technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access capabilities and the provision of operator and service manuals. The VA also encourages vendors to offer added value such as extended warranties, post-warranty remote diagnostics, and AI/Machine learning capabilities. The document also lists ancillary equipment available for trade-in, including a Siemens Biograph MCT and a Medrad Stellant D injector. Vendors must complete various forms and provide documentation such as product brochures, technical specifications, and typical drawings.
The Kansas City VA Medical Center Radiology Department requires a new Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an end-of-life unit. The system is for head, whole body, cardiac, and vascular applications, assisting in diagnosing and monitoring diseases like cancer. Key technical specifications include a minimum of 128 acquired slices, a 70 cm gantry aperture, and a .33-second 360° rotation time. Additional requirements encompass a Time of Flight PET system, high-definition PET reconstruction, deviceless respiratory and ECG cardiac gating, and compatibility with various radiopharmaceuticals. The solicitation also details workstation specifications, security and connectivity requirements, and comprehensive training for both clinical staff and biomedical technicians. A one-year manufacturer's warranty is mandatory, with options for extended warranty and remote diagnostic services. The VA is offering trade-in for an operational Siemens Biograph MCT system and Medrad Stellant D injectors. Preferred added value includes additional warranty, a post-warranty remote diagnostic service program, and AI/Machine learning capabilities.
The VA Eastern Kansas Health Care System is requesting proposals for one ultrasound imaging device for cardiac applications at the Colmery O’Neil VA Medical Center in Topeka, KS. The RFP details extensive technical requirements, including specific physical specifications (e.g., 21-inch minimum screen, 4 transducer ports), scanning modes (2D, 3D, M-Mode, various Dopplers), Doppler displays, and control panel features (physical keyboard, touchscreen). Additional specifications cover panoramic mode, multi-modality display, image optimization, programmable protocols, and PACS compatibility. Required analysis packages include vascular, cardiovascular, mitral valve navigation, and cardiac 3D quantification. The request also specifies TTE and TEE transducers, security features (OEM OS, encrypted hard drive, PACS compatibility, wireless connectivity), and comprehensive training for technologists and physicians. Vendors must provide service requirements like VPN/remote access, operator and service manuals, and a one-year warranty. Optional "added value" offerings are encouraged, and a Philips Epiq 7 ultrasound unit is available for trade-in.
The VA Eastern Kansas Health Care System, specifically the Colmery O’Neil VA Medical Center in Topeka, KS, requires one ultrasound imaging device for cardiac applications. The device must meet strict technical specifications, including a minimum 21-inch screen, 4 transducer ports, and a maximum weight of 250 lbs. It must support 2D, 3D, M-Mode, and various Doppler scanning modes, alongside advanced features like panoramic mode, multi-modality display, and image annotation. Essential analysis packages include Vascular, Cardiovascular Clinical, Mitral Valve Navigator, and Cardiac 3D Quantification. The system must include TTE and TEE transducers with specific frequency ranges. Security and connectivity requirements mandate an OEM-supported OS, DICOM compliance, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training requirements include on-site clinical applications for technologists and physicians, and detailed biomedical technician training. Service requirements cover VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year manufacturer's warranty covering parts, labor, and PMs. Preferred
The Dwight D. Eisenhower VA Medical Center in Leavenworth, KS, is seeking to purchase one ultrasound imaging device for cardiac applications. The Request for Proposal (RFP) outlines comprehensive technical, scanning, Doppler display, and control panel specifications. Key requirements include a minimum 21-inch screen, 2D, 3D, M-Mode, and various Doppler scanning modes, a physical keyboard, and a touchscreen monitor. The device must support several analysis packages, including vascular and cardiovascular clinical, and come with specific transducers. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and wireless connectivity. The RFP also details mandatory clinical and biomedical technician training, a one-year warranty, remote diagnostic services, and specific documentation. Vendors are encouraged to propose added value in service, warranty, and training, and note that a Philips Epiq 7 ultrasound machine is available for trade-in.
The VA Eastern Kansas Health Care System, specifically the Dwight D. Eisenhower VA Medical Center in Leavenworth, KS, requires one ultrasound imaging device for cardiac applications. The device must meet detailed technical specifications, including a 21-inch minimum screen, four transducer ports, and a maximum weight of 250 lbs. Required scanning modes include 2D, 3D, M-Mode, and various Doppler types. It must feature a physical keyboard, touchscreen, and articulating support arm. Key additional specifications include panoramic mode, multi-modality display, image annotation, and PACS compatibility. The system also requires specific analysis packages (Vascular, Cardiovascular Clinical, Mitral Valve Navigator, Cardiac 3D Quantification) and two transducers (TTE: 5-1 MHz, TEE: 2 MHz). Security mandates an OEM-supported OS, DICOM features, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/3 compliant wireless connectivity. Training requirements include on-site clinical applications training for five technologists and three physicians, plus detailed biomedical technician training. Service mandates VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added-value items include extended warranty, post-warranty remote diagnostics, Cerner CareAware MultiMedia compatibility, phantom for quality control, and beam steering. Vendors must provide specific documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical sheets, typical drawings, and support information. A Philips Epiq 7 ultrasound system (SN: US919B1263, Asset: 212015) is available for trade-in.
The Hampton VAMC Diagnostic Imaging Service is requesting two new Ultrasound Systems capable of routine diagnostic imaging and Elastography exams for breast and liver. The RFP details extensive technical requirements including physical specifications (e.g., 24-inch screen, 1TB image storage), various scanning modes (2D, 3D, Doppler, M-Mode), and advanced features like Fusion-Targeted Biopsy System and AI-powered measurements. The request also specifies comprehensive analysis packages and a range of transducers. Training requirements include on-site clinical and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. The VAMC offers two non-operational Samsung Prestige ultrasound systems and associated probes for trade-in. Vendors must provide specific documentation, including a pre-procurement assessment form and technical specification sheets. Preferred, but not required, specifications include compatibility with Cerner CareAware MultiMedia Release 7.
The Hampton VAMC Diagnostic Imaging Service requires two advanced Ultrasound Systems capable of routine diagnostic imaging and Elastography exams for breast and liver. The technical specifications include a 24-inch Barco screen, 4 transducer ports, 1 TB image storage, and maximum dimensions of 70x24x43 inches. Required scanning modes encompass 2D, 3D, M-Mode, and various Doppler displays. The systems must have physical and touchscreen keyboards, panoramic mode, multi-modality display, image annotation, one-button optimization, and advanced elastography features. Analysis packages for various specialties like abdominal, breast, and vascular are mandatory. The RFP specifies eight types of transducers with varying frequency ranges. Advanced features include a Fusion-Targeted Biopsy System compatible with MRI and ultrasound images for real-time needle tracking and 3D prostate modeling. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical application training for technologists and physicians, and optional biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. The VAMC offers two non-operational Samsung Prestige Ultrasound systems and ancillary ultrasound probes for trade-in.
The Hampton VAMC Diagnostic Imaging Service is requesting two advanced Ultrasound Systems capable of routine diagnostic imaging and Elastography exams for breast and liver. The Request for Proposal (RFP) details extensive technical requirements including physical specifications (e.g., 23.8” minimum screen, 4 transducer ports, 1TB image storage), various scanning and Doppler modes (2D, 3D, M-Mode, Pulsed Wave, Color Power), control panel features (physical keyboard, touchscreen), and additional specifications like panoramic mode and AI-powered measurement tools. The RFP also outlines required analysis packages for multiple specialties, specific transducer types with defined frequency ranges, and advanced features such as Fusion-Targeted Biopsy System and real-time needle tracking. Security and connectivity requirements include OEM-supported OS, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Comprehensive training for clinical applications (technologists and physicians) and biomedical technicians is mandatory, along with service requirements covering VPN/remote access, operator/service manuals, and a minimum one-year warranty. Vendors must submit a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specification sheets, and typical drawings. The VAMC also has two non-operational Samsung Prestige Ultrasound systems and associated probes available for trade-in. Preferred, but not required, specifications include compatibility with Cerner CareAware MultiMedia Release 7.
The Hampton VAMC Diagnostic Imaging Service seeks two advanced Ultrasound Systems capable of routine diagnostic imaging and Elastography exams for breast and liver. The technical requirements include specific physical dimensions, a 23.8-inch minimum screen, 4 transducer ports, and 1TB image storage. The systems must support various scanning modes (2D, 3D, M-Mode, Doppler), multiple Doppler displays, and control panel features like physical and touchscreen keyboards. Additional specifications include panoramic mode, PACS compatibility, AI-powered measurements, and specialized analysis packages for a wide range of medical areas. The RFP also details requirements for eight types of transducers, advanced features like Fusion-Targeted Biopsy System with MRI/ultrasound image integration, and robust security/connectivity features, including DICOM, encrypted hard drives, and wireless VA network compatibility. Training for technologists and physicians, along with biomedical technician training, is mandatory. Service requirements include VPN/remote access, operator/service manuals, and a one-year warranty. Optional value-added features include compatibility with Cerner CareAware MultiMedia Release 7. The VAMC offers two non-operational Samsung Prestige ultrasound systems and ancillary ultrasound probes for trade-in.
The Hampton VA Medical Center's Surgical Services department is requesting two advanced Ultrasound Systems capable of peripheral vascular imaging. The request details extensive technical specifications, including minimum screen sizes, monitor and control panel rotations, battery life, and equipment dimensions. The systems must support various scanning modes, Doppler displays, and control panel features like physical and touchscreen keyboards. Additional requirements include panoramic mode, multi-modality display, image annotation, one-button optimization, programmable protocols, and PACS compatibility. Analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, urology, and cardiovascular clinical applications are mandatory. The solicitation also specifies four types of transducers with defined frequency ranges. Advanced features like MRI and ultrasound image acceptance and DICOM compatibility are required. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty with manufacturer-trained field service. Vendors are encouraged to propose added value offerings beyond the minimums. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, technical training information, and support structure details. The VA also has two GE HEALTHCARE USA LOGIQ 9 ultrasound systems available for trade-in.
The Hampton VAMC Surgical Service requires two Ultrasonic (XR US) Scanning Systems for peripheral vascular imaging. The systems must meet detailed technical specifications, including a minimum 20-inch screen, 180-degree monitor and control panel rotation, 4 transducer ports, 30 days of image storage, and 45 minutes of battery life. Required scanning modes include 2D, Image Fusion, Tissue Harmonic Imaging, and various Doppler modes. Control panels need a physical keyboard, touchscreen, and articulating support. Additional features like panoramic mode, multi-modality display, image annotation, and one-button optimization are mandatory. Specific analysis packages (procedural, abdominal, vascular, etc.) and four types of transducers with defined frequency ranges are also required. Advanced features include MRI and ultrasound image acceptance and storage. Security features include an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips ISCV, plus FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for technologists and physicians, and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred "added value" specifications include compatibility with Cerner CareAware MultiMedia Release 7 and specific patient ID data handling. The proposal must include a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical sheets, and support information. Two GE Healthcare USA LOGIQ 9 ultrasound systems are available for trade-in.
The Hampton VA Medical Center's Surgical Services department is requesting two advanced Ultrasound Systems capable of peripheral vascular imaging. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum screen size, monitor rotation, control panel features, scanning modes (e.g., 2D, Doppler varieties), and analysis packages (e.g., vascular, abdominal). The systems must also meet stringent security and connectivity requirements, such as OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging. Vendors are required to provide clinical and biomedical technician training, a one-year warranty covering parts and labor, and service documentation including operator and service manuals. Preferred specifications include compatibility with Cerner CareAware MultiMedia Release 7. Additionally, the RFP identifies two GE HEALTHCARE USA LOGIQ 9 Ultrasound systems for potential trade-in.
The Hampton VAMC Surgical Service requires two advanced Ultrasonic Scanning Systems for peripheral vascular imaging. The systems must meet detailed technical specifications, including a minimum 20-inch screen, 4 transducer ports, 30 days of image storage, and 45 minutes of battery life. Required scanning modes include 2D, Tissue Harmonic Imaging, and various Doppler modes. Control panels need a physical keyboard and touchscreen with articulation. Additional features like panoramic mode, multi-modality display, and one-button optimization are essential. The systems must also include analysis packages for vascular, abdominal, musculoskeletal, small parts, urology, and cardiovascular clinical applications, along with specific transducers. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, and FIPS-compliant wireless connectivity. Training for two technologists and two physicians is required, along with information on biomedical technician training. Service mandates a one-year warranty, remote diagnostic programs via VPN, and provision of operator and service manuals. Preferred added value includes compatibility with Cerner CareAware MultiMedia Release 7. The VAMC also has two GE HEALTHCARE USA LOGIQ 9 ultrasound systems available for trade-in.
The North Las Vegas VA Medical Center requires one ultrasonic system for its endocrinology department, primarily for thyroid biopsy procedures and future fine needle ablations, focusing on small parts imaging. The system must meet detailed technical specifications, including a minimum 22-inch screen, 1 TB image storage, 60-minute battery life, and various scanning and Doppler modes. It also requires a physical keyboard, touchscreen, and advanced features like panoramic mode and needle enhancement. The VA seeks specific transducers and advanced features such as real-time 3D needle tracking. Security requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and FIPS 140-2 or 140-3 compliant wireless connectivity. Training is mandated for 12 technologists and 8 physicians, with continuing education credits for technologists. Vendors must also provide service manuals, a one-year warranty, and offer optional added value services like extended warranties and remote diagnostics. The VA has ancillary equipment available for trade-in.
The North Las Vegas VA Medical Center requires one ultrasonic scanning system for its endocrinology department, primarily for thyroid biopsy and small parts imaging. Key technical requirements include a minimum 22-inch screen, 360-degree monitor rotation, four transducer ports, 1 TB image storage, and 60 minutes of battery life. The system must support various scanning modes like 2D, 3D, and Doppler displays, and include a physical keyboard and touchscreen with an articulating arm. Essential features encompass panoramic mode, image fusion, needle enhancement, and PACS compatibility with VA VistA Imaging. The request specifies particular transducers (eL18-4 EMT, L12-3 Ergo, ML26-8) and advanced features such as real-time 3D needle tracking. Training is required for 12 technologists and 8 physicians, with continuing education credits for technologists. The vendor must provide VPN/remote access for service, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. Optional value-added offerings include extended warranty, post-warranty remote diagnostics, and probe drop coverage. The facility also has existing equipment available for trade-in, including a GE Logiq P6 ultrasound system and various GE transducers.
The North Las Vegas VA Medical Center requires one ultrasound system for its Endocrinology department, primarily for thyroid biopsy and small parts imaging. The Request for Proposal (RFP) outlines detailed technical specifications including a minimum 22-inch screen, 4 transducer ports, 1 TB image storage, and 60 minutes battery life. Required scanning modes include 2D, M-Mode, and various Doppler types, with specific transducer frequency ranges. The system must have a physical keyboard, touchscreen, and advanced features like needle enhancement and PACS compatibility. Training requirements include on-site clinical applications for technologists and physicians, and biomedical technician training. Service mandates a one-year warranty, remote diagnostics, and provision of operator and service manuals. The RFP also details existing equipment available for trade-in, including a GE Logiq P6 ultrasound system and several GE transducers.
The North Las Vegas VA Medical Center requires one ultrasonic scanning system for its endocrinology department, primarily for thyroid biopsy and small parts imaging. The system must meet detailed technical specifications, including a 22-inch screen, 360-degree monitor rotation, four transducer ports, 1TB image storage, and 60 minutes of battery life. It must support various scanning and Doppler modes, feature a physical keyboard and touchscreen, and include advanced capabilities like panoramic mode, needle enhancement, and PACS compatibility. Required transducers include eL18-4 EMT, L12-3 Ergo, and ML26-8. The VA mandates real-time 3D needle tracking, OEM-supported OS, and FIPS 140-2/3 compliant wireless connectivity. Training is required for 12 technologists and 8 physicians, with continuing education credits provided. The vendor must offer remote diagnostic services, provide operator and service manuals, and include a one-year warranty. Optional features like extended warranty and navigation software are preferred. The VA also offers trade-in equipment, including a GE Logiq P6 ultrasound system and various GE ultrasonic transducers.
The VA Southern Nevada Healthcare System requires five mobile R/F units (mini c-arms) for its North Las Vegas facility to replace aging equipment and accommodate increased podiatry and orthopedic surgery cases. Key technical specifications include a flat panel detector (20x20cm minimum), various ranges of motion, a minimum 20-inch c-arm depth, and a 1920x1080 pixel image matrix. Additional features like image magnification, continuous fluoroscopy, automatic dose reduction, and touchscreen monitors are required. The units must be compatible with VA VistA Imaging and Philips IntelliSpace 4.4.5, and feature FIPS 140-2/140-3 compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with CME credits for technologists. Biomedical technician training is also required. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, and Cerner CareAware MultiMedia (CAMM) compatibility. Three existing OrthoScan 1000 FD units are available for trade-in.
The North Las Vegas VA Medical Center requires five mobile R/F mini c-arms to replace end-of-life units and increase capacity for podiatry and orthopedic surgeries. The technical specifications demand flat panel detectors, specific ranges of motion, a minimum 25-inch monitor, and an image matrix of 1920x1080 pixels, with maximum system dimensions of 50x30x35 inches and a weight of 500 lbs. Additional features include wireless/wired foot pedals, dose reduction software, and DICOM/PACS compatibility. Training for 13 technologists and 10 physicians is required, along with optional biomedical technician training. Service requirements include VPN/remote access, operator/service manuals, and a one-year warranty covering parts, labor, and PMs. Added value offerings like extended warranties and Cerner CAMM compatibility are encouraged. The procurement also includes trade-in options for three OrthoScan 1000 FD units.
The VA Southern Nevada Healthcare System (VASNHS) is seeking to replace its end-of-life women's health ultrasound machine with a new system, including appropriate transducers, for point-of-care pelvic ultrasounds. The current machine is obsolete and cannot be repaired. The request outlines detailed technical requirements for the new ultrasound system, covering physical specifications like screen size, rotation, tilting, and battery life, as well as scanning modes, Doppler displays, control panel features (physical keyboard, touchscreen, printer), additional specifications (image annotation, one-button Doppler optimization, image editing, digital calipers), and analysis packages (abdominal, pelvic, urology, obstetric). It also specifies transducer types and frequency ranges, advanced features like image storage, and security/connectivity requirements including OEM-supported OS, DICOM compatibility, encrypted hard drive, wireless connectivity, and PACS compatibility (VA VistA Imaging and Philips PACS). The RFP also includes training requirements for clinical staff and biomedical technicians, service requirements for VPN/remote access, and documentation requirements such as operator and service manuals. Vendors are encouraged to offer added value like extended warranties and post-warranty diagnostic programs. The VASNHS also has existing Siemens ultrasound equipment available for trade-in.
The VA Southern Nevada Healthcare System (VASNHS) seeks a replacement women's health ultrasound system for its Women's Health department. The current machine is at end-of-life, with obsolete parts, serving three gynecologists. The request is for one ultrasound system with specific physical dimensions, a 15-inch minimum screen size, 21-inch minimum active screen size, 175-degree monitor rotation, and a 40-inch monitor height range. It requires at least two transducer ports, 60 minutes of battery life, and 7 days of image storage. Technical specifications include 2D scanning, frequency Doppler display, a physical keyboard, a touchscreen monitor, and a black-and-white printer. Additional features include image annotation, one-button Doppler optimization, image editing, digital calipers, and image storage. Analysis packages for abdominal, pelvic, urology, and obstetric applications are required. The system must include one abdominal transducer (5-1 MHz) and two transvaginal transducers (3-8 MHz). Security and connectivity requirements include an OEM-supported operating system, latest DICOM features, an encrypted hard drive, PACS compatibility (VA VistA Imaging and Philips PACS), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications training for four technologists and four physicians, with follow-up for technologists, and CME credits. Biomedical technician training information is also required as an optional item. Service requirements include VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty, post-warranty remote diagnostic service, a version/platform long-range plan, Cerner CareAware MultiMedia (CAMM) Release 7 compatibility, and probe drop coverage. The VA offers trade-in for a Siemens Acuson X300 PE ultrasound system and ancillary equipment, including a Siemens Medical Systems/Ultrasound monitor and two ultrasonic transducers.
The VA Southern Nevada Healthcare System (VASNHS) Women’s Health department is seeking a replacement ultrasound system due to its current machine being at end-of-life and end-of-service, with obsolete parts. The department, serving three gynecologists, requires one new ultrasound system with appropriate transducers for point-of-care pelvic ultrasounds. Technical specifications include a minimum 15-inch screen, 21-inch active screen, 175-degree monitor rotation, 75-degree tilting, and a 40-inch height range. The system must have at least two transducer ports, 7 days of image storage, 60 minutes of battery life, and maximum dimensions of 70x24x45 inches (HxWxD) and 200 lbs. Required features encompass 2D scanning, frequency Doppler display, a physical or touchscreen keyboard, a touchscreen monitor, and a black-and-white printer. Additional specifications include image annotation, one-button Doppler optimization, easy video editing, digital calipers, and analysis packages for abdominal, pelvic, urology, and obstetric use. Specific transducers required are one abdominal (5-1 MHz) and two transvaginal (3-8 MHz). Advanced features include image storage, an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS compatibility (VA VistA Imaging and Philips PACS), and wireless connectivity (802.11b/g/n, FIPS 140-2 or 140-3 compliant). Training requirements include on-site clinical applications training for 4 technologists and 4 physicians during go-live, follow-up training for technologists, and continuing education credits for technologists. Vendors must also provide information on biomedical technician training, which will be an optional purchase. Service requirements include VPN/remote access for diagnostics during and after the warranty period. Added value offerings include additional warranty years, post-warranty remote diagnostic service, a version/platform long-range plan, and drop coverage for probes. Other required documentation includes a completed pre-procurement assessment form, service and operator manuals, a minimum one-year warranty with PMs, a Manufacture Disclosure Statement for Medical Device Security (MDS2) form, FIPS 140-2 or 140-3 certification, product brochures, technical specification sheets, typical CAD drawings, a listing of field service engineer locations and availability, and part depots. The VA also has ancillary equipment (a Siemens Acuson X300 PE ultrasound machine, a Siemens KT – LM200HDPE monitor, and two Siemens ultrasonic transducers) available for trade-in, and vendors should reflect any credits for these items in their proposals.
The VA Southern Nevada Healthcare System (VASNHS) seeks a replacement ultrasound system for its Women’s Health department. The existing machine is obsolete, impacting three gynecologists. The department requires one ultrasound system with specific technical requirements including a 15-inch minimum screen size, 21-inch active screen size, 2 transducer ports, 60 minutes minimum battery life, and a maximum weight of 200 lbs. It must support 2D scanning, frequency Doppler displays, and include physical or touchscreen keyboard, a touchscreen monitor, and a black-and-white printer. Required analysis packages are abdominal, pelvic, urology, and obstetric, along with abdominal (5-1 MHz) and transvaginal (3-8 MHz) transducers. Advanced features include image storage, and security features such as an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips PACS, plus wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications for 4 technologists and 4 physicians, with CME credits for technologists, and consideration for different shifts. Biomedical technician training information is also required. Service requirements involve VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Added value options include additional warranty, post-warranty remote diagnostics, long-range platform plans, Cerner CareAware MultiMedia compatibility, and probe drop coverage. The solicitation also details required documentation and trade-in options for existing Siemens equipment.
The VA Southern Nevada Healthcare System (VASNHS) is seeking two new ultrasound units: one for Mammography and one to replace an outdated unit in Interventional Radiology (IR). The current IR ultrasound is at its end-of-life, lacks an upgradable operating system, and does not meet current VA information security requirements, limiting its integration with modern imaging and hospital systems. The new units must meet strict technical specifications, including minimum screen size, monitor rotation, battery life, scanning modes (2D, 3D, Doppler), control panel features, and various analysis packages (e.g., procedural, abdominal, breast). The solicitation also details required transducers (linear, convex), advanced features like real-time needle tracking in 3D, and robust security/connectivity requirements, including OEM-supported operating systems, encrypted hard drives, and PACS compatibility. Vendors must provide comprehensive clinical and biomedical technician training, a minimum one-year warranty, and offer value-added services such as additional warranty years or remote diagnostic programs. The VASNHS also has existing Siemens Acuson S2000 ultrasound equipment and transducers available for trade-in.
The VA Southern Nevada Healthcare System (VASNHS) requires two new ultrasonic scanning systems: one for Mammography and one to replace an end-of-life unit in Interventional Radiology. These systems must meet current clinical and technical standards, support modern operating systems, and integrate with hospital information systems. Key technical requirements include a minimum 21-inch screen, 4 transducer ports, 1 TB image storage, and 30 minutes battery life, along with various scanning and Doppler modes. The RFP details specific transducer types, advanced features like 3D needle tracking, and strict security/connectivity standards including DICOM and PACS compatibility. Training for clinical staff and biomedical technicians, a one-year warranty, and options for remote diagnostics are also mandatory. Trade-in of existing Siemens equipment is available.
The VA Southern Nevada Healthcare System requires six new ultrasonic units for its Radiology and Vascular departments, as their current units are end-of-life. The requested units must meet specific technical requirements, including a 21-inch minimum screen size, 1TB image storage, and 30 minutes of battery life, along with various scanning modes, Doppler displays, and control panel specifications. The solicitation also outlines requirements for analysis packages, transducers (linear, endocavity, convex, intraoperative linear, and breast linear), advanced features, and security/connectivity, emphasizing PACS compatibility and an OEM-supported operating system. Training for 13 technologists and biomedical technicians, a one-year warranty, and remote diagnostic services are mandatory. The VA also has six Siemens Acuson S2000 ultrasound units and numerous Siemens Medical ultrasonic transducers available for trade-in.
The VA Southern Nevada Healthcare System requires six new Ultrasonic Scanning Systems for its Radiology and Vascular departments, as their current units are end-of-life. These units must process saved images, adjust gains, eliminate artifacts for efficient reading, and gather clinically acceptable images for diagnosis. Key technical specifications include a minimum 21-inch screen, 1TB image storage, 30 minutes battery life, and various scanning modes (2D, 3D, Doppler). Control panels need a physical keyboard, touchscreen, and articulating support arm. Additional features like panoramic mode, image annotation, one-button optimization, and PACS compatibility are required. The systems must also include specific analysis packages (e.g., abdominal, vascular, obstetric) and various transducers (linear, endocavity, convex) with specified frequency ranges. Training for 13 technologists and biomedical technicians, along with a one-year warranty, remote diagnostic services, and operator/service manuals, are mandatory. The VA also has six Siemens Acuson S2000 ultrasound units and numerous Siemens Medical ultrasonic transducers available for trade-in.
The VA Southern Nevada Healthcare System seeks to procure six new ultrasound units for its Radiology and Vascular departments, replacing end-of-life equipment. The solicitation outlines detailed technical specifications, including minimum screen size, monitor rotation, transducer ports, image storage, battery life, and physical dimensions. Required scanning modes, Doppler displays, control panel features, and analysis packages are also specified. The request emphasizes the ability to process saved images, adjust gains, eliminate artifacts, and provide clinically acceptable images for diagnosis. Vendors must provide specific transducers, clinical and biomedical technician training, and service requirements including remote diagnostics and comprehensive manuals. The RFP also includes preferred additional features like extended warranty and 3D imaging, and lists existing Siemens Acuson S2000 ultrasound units and various Siemens Medical transducers available for trade-in.
The VA Southern Nevada Healthcare System requires six new Ultrasonic Scanning Systems for its Radiology and Vascular departments, as their current units are end-of-life. These units must process images, adjust gains, eliminate artifacts for efficient reading, and gather clinically acceptable data for diagnosis. Key technical specifications include a minimum 21-inch screen, 2 split screens, 1TB image storage, and 30 minutes of battery life. Required scanning modes cover 2D, Tissue Harmonic Imaging, M-Mode, and various Doppler types. Control panels must feature physical and touchscreen keyboards with an articulating support arm. Additional features include panoramic mode, multi-modality display, image annotation, one-button optimization, PACS compatibility, and specific applications for imaging specialties. The RFP also details required analysis packages, transducers (linear, endocavity, convex, intraoperative, breast), advanced image storage, and security/connectivity features like DICOM support, encrypted hard drives, and wireless connectivity to the VA network. Training requirements include on-site clinical applications training for 13 technologists and available biomedical technician training. Service requirements specify remote diagnostics via VPN, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Optional added values include extended warranty, post-warranty remote diagnostics, Cerner CareAware MultiMedia compatibility, probe drop coverage, and 3D imaging. The facility also has six Siemens Acuson S2000 ultrasound machines and numerous Siemens Medical ultrasonic transducers available for trade-in.
The Veterans Affairs Southern Nevada Healthcare System (VASNHS) in Las Vegas is seeking to purchase two new ultrasound machines for its Cardiology Department. These machines are crucial for interventional cardiology procedures, diagnostic cardiac imaging, and fluid flow analysis, offering advanced features like Strain and 4D imaging for accurate diagnoses. The request outlines detailed technical specifications, including a minimum 21-inch screen, various scanning modes (2D, 3D, Doppler), and specific control panel features. The procurement also specifies requirements for analysis packages, transducers, security features (e.g., encrypted hard drive, PACS compatibility with VA VistA Imaging and Philips ISCV), and comprehensive training for technologists and physicians. Vendors must also provide service manuals, a one-year warranty, and are encouraged to offer added value such as extended warranties or remote diagnostic programs. A Philips CX 50 ultrasound unit is available for trade-in.
The Veterans Affairs Southern Nevada Healthcare System (VASNHS) in Las Vegas requires two ultrasonic scanning systems for its Cardiology Department: one replacement and one new unit. These systems, critical for interventional cardiology, must offer advanced imaging capabilities, including strain and 4D imaging, and integrate with Philips ISCV. Key technical requirements include a 21-inch screen, 1TB image storage, 30-minute battery life, and various scanning modes (2D, 3D, Doppler). The request details specifications for control panels, analysis packages (e.g., cardiovascular, mitral valve navigator), and specific transducers. Connectivity demands include DICOM, PACS compatibility with VA VistA Imaging, and secure wireless access. Training requirements mandate on-site clinical instruction for 10 technologists and 10 physicians, with CME credits for technologists, and available off-site biomedical technician training. Service terms require VPN/remote access, operator/service manuals, and a one-year warranty. The solicitation also includes optional added-value specifications like extended warranties and device compatibility, and details trade-in opportunities for existing Philips CX 50 equipment.
The VA Southern Nevada Healthcare System requires one new ultrasonic system for its surgery department to replace an existing Sonosite Xporte system. The new system must meet specific technical requirements, including a minimum 21-inch screen, 360-degree monitor rotation, various scanning modes (2D, 3D, Doppler), and control panel specifications like a physical and touchscreen keyboard. Additional features such as panoramic mode, needle enhancement, and multiple analysis packages are also required. The system needs to be PACS compatible with VA VistA Imaging and support secure wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits provided. The vendor must offer a one-year warranty, remote diagnostic services, and provide operator and service manuals. The VA also has a Sonosite X-Porte unit available for trade-in. Vendors are encouraged to offer added value in terms of extended warranties and post-warranty services.
The VA Southern Nevada Healthcare System requires one new ultrasonic scanning system to replace its current Sonosite X-Porte in the surgery department. The new system must emphasize image quality and ease of use. Key technical requirements include a minimum 21-inch screen, 360-degree monitor rotation, 500GB image storage, and at least 45 minutes of battery life. It must support 2D, 3D, M-Mode, and various Doppler scanning modes. The control panel needs a physical keyboard, touchscreen, and articulating support arm. Additional features like panoramic mode, needle enhancement, and programmable protocols are essential. Required analysis packages include procedural, abdominal, musculoskeletal, and small parts. The system needs specific transducers: one curvilinear (3-8 MHz), two linear (2-14 MHz), and one linear small footprint (3-22 MHz). Security and connectivity requirements specify an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training is required for 12 technologists and 4 physicians, including on-site go-live and follow-up clinical applications training with continuing education credits. Biomedical technician training information is also required. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value offerings like extended warranty and probe drop coverage are preferred. The current Sonosite X-Porte system is available for trade-in.
The VA Southern Nevada Healthcare System requires one new ultrasound system for its surgery department to replace an existing Sonosite Xporte system. The Request for Proposal (RFP) outlines detailed technical specifications for the new system, emphasizing image quality and ease of use. Key requirements include a minimum 21-inch screen, 360-degree monitor rotation, 500GB image storage, and 45-minute battery life. The system must support various scanning modes, Doppler displays, and control panel features like a physical keyboard and touchscreen. Analysis packages for procedural, abdominal, musculoskeletal, and small parts imaging are mandatory, along with specific transducers. Vendors must also provide comprehensive training for clinical technologists and physicians, and biomedical technicians. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional value offerings like extended warranties and a post-warranty remote diagnostic program are encouraged. The VA also offers a Sonosite X-Porte system for trade-in.
The VA Southern Nevada Healthcare System requires one new ultrasonic scanning system for its surgery department to replace an existing Sonosite Xporte system. The new system must emphasize image quality and ease of use, meeting specific technical requirements including a 21-inch screen, 360-degree monitor rotation, and 500 GB image storage. It needs to support various scanning modes, Doppler displays, and control panel features like a physical keyboard and touchscreen. Key additional specifications include panoramic mode, image annotation, needle enhancement, and multi-function foot pedal control. The system must also include specific analysis packages (procedural, abdominal, musculoskeletal clinical, small parts) and three types of transducers. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits for technologists, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The RFP encourages vendors to offer added-value features like additional warranty years and 3D imaging. The VA also has a Sonosite X-Porte (Asset Number 99595, Serial Number 055YTP, Operational, Installed 07/12/2022) available for trade-in.
The VA Southern Nevada Healthcare System requires seven new ultrasonic units to replace existing Sonosite Xporte and Edge II models across four departments: Surgery, Nursing Education, ICU, and Emergency Department. All units must have identical transducers and capabilities for flexibility. Technical specifications include a minimum 15-inch screen, various scanning modes (2D, M-Mode, Doppler), touchscreen control, and advanced features like panoramic mode and needle enhancement. The request details specific analysis packages (procedural, abdominal, vascular) and four types of transducers. Security requirements include an OEM-supported operating system, DICOM compatibility, wireless connectivity, and an encrypted hard drive. Training mandates on-site clinical and biomedical technician training, with off-site training as an optional quote item. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Additional value offerings like extended warranties and probe drop coverage are encouraged. The procurement also includes trade-in of existing operational Sonosite X-Porte and Edge II units, with vendors accepting them "as is."
The VA Southern Nevada Healthcare System requires seven new ultrasonic scanning systems to replace end-of-life Sonosite Xporte and Edge II units across Surgery, Nursing Education, ICU, and the Emergency Department. All units must have identical transducers and capabilities for flexibility. Technical specifications include a 15-inch screen, 160-degree monitor rotation, three transducer ports, 120-minute battery life, and specific scanning modes (2D, Tissue Harmonic, M-Mode, Pulsed Wave, Continuous Wave, Velocity Color, Color Power Doppler). Required analysis packages cover Procedural, Abdominal, Vascular, Cardiovascular, and Lungs/Thorax. The RFP also details specific transducers (C5-1, L12-3, L19-5, L13-6). Training for 14 technologists and 7 physicians is mandatory, along with biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty with parts and labor. Vendors can offer added value such as extended warranties or probe drop coverage. The facility also has existing Sonosite X-Porte and Edge II units available for trade-in.
The North Las Vegas VA Medical Center requires a mobile R/F C-Arm unit for urology procedures, replacing a fixed X-Ray unit. The RFP details extensive technical specifications, including a flat panel detector, minimum 21x21 cm detector size, and various ranges of motion. Additional requirements cover image magnification, flat surface beneath the detector, low profile tube housing, and a workstation with high-resolution monitors. Advanced applications like Digital Subtraction Angiography (DSA) and orthopedic features are also sought. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips IntelliSpace. Training requirements include on-site clinical applications for technologists, with continuing education credits, and biomedical technician training. Service demands VPN/remote access, operator/service manuals, and a one-year warranty covering parts and labor. Vendors are encouraged to propose added value, such as additional warranty years and post-warranty remote diagnostic service programs. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/140-3 certification, product brochures, and technical specification sheets. The VA has no trade-in units.
The North Las Vegas VA Medical Center requires a mobile X-Ray C-Arm unit for its Surgery Department, specifically for Urology Procedures. The technical specifications include a flat panel detector (21x21 cm minimum), 15 cm minimum image intensifier, 15 kW minimum generator output, 140,000 image capacity, and various motion ranges. Key features include image magnification, consistent field of view, low-profile tube housing, foot pedal control, and a touchscreen workstation with dual or single high-resolution monitors. Advanced applications such as Digital Subtraction Angiography (DSA), roadmap technology for vascular imaging, and orthopedic visualization tools are required. The unit must meet security and connectivity standards, including DICOM, encrypted hard drive, PACS compatibility with VA VistA Imaging and Philips IntelliSpace, and wireless connectivity with FIPS 140-2/140-3 compliance. Training for technologists and biomedical technicians, a one-year warranty, VPN/remote access for diagnostics, and service/operator manuals are mandatory. Added value considerations include extended warranty and compatibility with Cerner CareAware MultiMedia Release 7.
This document outlines the technical, training, service, security, and added value requirements for a mobile RF C-Arm unit for the North Las Vegas VA Medical Center's Surgery department. The unit will replace a fixed X-Ray unit for Urology procedures. Key technical specifications include a flat panel detector, minimum detector size of 21x21 cm, and a minimum generator output of 15 kW. Additional requirements cover image magnification, various range of motion capabilities, PACS compatibility (VA VistA Imaging and Philips IntelliSpace 4.4.5), and integration with Dosewise. Training encompasses on-site clinical applications for technologists and detailed biomedical technician training. Service requirements specify VPN/remote access, operator and service manuals (electronic and physical), and a one-year manufacturer's warranty. Preferred added value offerings include extended warranties, post-warranty remote diagnostics, and Cerner CareAware MultiMedia compatibility. Vendors must submit comprehensive documentation, including technical specifications, product brochures, and security forms.
The North Las Vegas VA Medical Center requires a mobile C-Arm X-Ray unit for urology procedures in the operating room, replacing a fixed unit. The technical specifications demand a mobile R/F unit with a flat panel detector (minimum 21x21 cm), 2.5 lp/mm spatial resolution, and extensive range of motion. Key features include a 15kW generator, 19-inch monitors (single or dual), 140,000 image capacity, and a 1560x1420 pixel matrix. Additional requirements cover image magnification, low-profile tube housing, wired foot pedal, centering light, and advanced applications like Digital Subtraction Angiography (DSA) and Orthopedic profiles. Connectivity includes DICOM, PACS compatibility (VA VistA Imaging, Philips IntelliSpace), encrypted hard drive, and FIPS 140-2/3 compliant wireless access. The procurement also includes on-site clinical training for four technologists, optional off-site biomedical training, a one-year warranty with remote diagnostics, and various preferred added-value options like extended warranty and Cerner CAMM compatibility.
The VA Southern Nevada Healthcare System VAMC is seeking proposals for new digital radiographic systems to replace outdated equipment and enhance patient care. The Request for Proposal (RFP) outlines detailed technical requirements, including specific configurations for wall and table detectors (17x17 wireless, 7 lbs max), generator specifications (80kW output, 3 phases, 40-150kV range), and various physical and additional system features like overhead tube mounts, bucky tracking, and automatic parameter selection. Workstation requirements include minimum monitor sizes (23 inches) and hard drive capacities (1000GB), along with UPS for power outages. Software must support image stitching, bone suppression, dose reduction, and rapid image display. Security and connectivity mandate OEM-supported OS, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. The RFP also details comprehensive training requirements for clinical technologists (on-site, follow-up, CMEs) and biomedical technicians, as well as service requirements including VPN/remote access, operator/service manuals, and a one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. The facility is also offering existing Siemens Ysio Max radiographic equipment (operational, installed 2019) for trade-in.
The Southern Nevada Health Care System VAMC requires an updated digital radiographic system to replace its aging equipment and enhance patient care. This procurement specifies detailed technical requirements for wall and table detectors (both 17x17 inches, max 7 lbs), generator output (minimum 80 kW, 3 phases, 40-150 kV), imaging capabilities (e.g., 1920x1080 spatial resolution, < 5s image display), patient table capacity (700 lbs static, 600 lbs dynamic), and various system features like automatic dose rate control and an overhead tube mount. Workstation and software requirements include 23-inch monitors, 1000 GB hard drives, stitching, bone suppression, and dose reduction capabilities. Security mandates OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility with VA VistA Imaging, and AGFA Dose Management integration. Training for 10 technologists, including CME credits, and biomedical technician training are required. Service needs include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. The facility encourages added value offerings like extended warranties and remote diagnostic programs. The project also involves the trade-in of a Siemens Ysio Max system.
The Department of Veterans Affairs (VA) Southern Nevada Healthcare System VAMC is soliciting proposals for digital radiographic systems. The new equipment will replace outdated units, improving diagnostic radiology procedures and patient care. Key requirements include wireless wall and table detectors, a high-frequency generator with automatic dose rate control, and a robust acquisition and processing workstation with specific software features such as stitching and bone suppression. The system must also meet stringent security and connectivity standards, including PACS compatibility and FIPS 140-2/140-3 compliance for wireless connectivity to the VA network. The solicitation outlines comprehensive training requirements for clinical technologists and biomedical technicians, a minimum one-year warranty, and optional services like remote diagnostics. Additionally, the VA is offering a Siemens Ysio Max radiographic system for trade-in.
The Southern Nevada Health Care System VAMC is seeking proposals for a digital radiographic system (XR RAD) to replace outdated equipment. The new system must provide advanced diagnostic radiology capabilities, including specific digital detector configurations for wall and table use (17x17 inch, max 7 lbs wireless weight), and robust physical specifications (80kW generator, 40-150kV range, 650 lbs static table load). Key features include a high-frequency generator, protective covers for wireless detectors, and comprehensive workstation requirements (23-inch monitors, 1000GB hard drives, UPS for 10 minutes). Software must support stitching, bone suppression, dose reduction, and repeat rate tracking. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility with VA VistA Imaging, and AGFA Dose Management integration. Training for 10 technologists (on-site and follow-up with CMEs) and biomedical technicians is required. Service includes remote diagnostics, two copies of operator and service manuals, and a one-year warranty. Added value such as extended warranty and post-warranty remote diagnostics are preferred. The proposal also requires specific documentation and addresses trade-in of a Siemens Ysio Max unit.
The VA Southern Nevada Healthcare System is soliciting proposals for digital radiographic systems to replace outdated equipment. The request outlines detailed technical requirements, including wireless 17x17 detectors, a high-frequency generator, specific physical dimensions, and advanced software features like stitching and bone suppression. The system must be PACS compatible and integrate with AGFA Dose Management. Training for 10 technologists (clinical and biomedical) is required, with continuing education credits. Vendors must provide VPN/remote access for diagnostics, operator/service manuals, and a one-year warranty. Optional value-added offerings include extended warranties and a post-warranty remote diagnostic program. The solicitation also specifies documentation requirements and details on trade-in equipment (Siemens Ysio Max, serial 3028).
The Southern Nevada Health Care System VAMC requires a digital radiographic system (XR RAD) to replace outdated equipment. The new system, for general diagnostic Radiology, needs a 17x17-inch wireless wall detector (max 7 lbs with battery) and an 80 kW, 3-phase generator (40-150 kV, 10-1000 mA). Key features include a high-frequency generator, protective covers for wireless detectors, and an overhead tube mount. Workstation requirements specify 23-inch monitors and 1000 GB hard drives for acquisition and processing, with UPS for both. Software needs include image stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates an OEM-supported OS, DICOM compatibility, encrypted hard drives, PACS integration (VA VistA Imaging), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training includes on-site clinical applications for 10 technologists (with CMEs) and optional off-site biomedical technician training. A one-year warranty, remote diagnostics, and detailed manuals are required. The VA is also offering a Siemens Ysio Max for trade-in.
This document outlines the requirements for a Digital Radiographic System replacement at the VA Southern Nevada Healthcare System VAMC. The procurement aims to upgrade existing equipment that is past its life expectancy to provide a higher level of care for general diagnostic Radiology procedures. The RFI details specific technical requirements for the system, including digital detector configuration (wireless 17x17 wall and table detectors), physical specifications (e.g., generator output, spatial resolution, patient table load capacity), additional features (e.g., high-frequency generator, protective covers, tube mount, bucky tracking), workstation requirements (e.g., monitor size, hard drive size, UPS), and software capabilities (e.g., stitching, bone suppression, dose reduction, repeat rate tracking). Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, integration with AGFA Dose Management, and FIPS 140-2/3 compliant wireless connectivity. The RFI also specifies clinical and biomedical technician training, service requirements, minimum warranty, and
The Southern Nevada Health Care System VAMC requires updated digital radiographic systems, as current equipment is nearing the end of its life expectancy. This procurement, identified as v25.1 XR RAD 593B50060, is for general diagnostic radiology procedures, with installation in Room # 1D152. The request emphasizes specific technical requirements for wireless wall and table detectors (17x17 inches, max 7 lbs), generator output (min 80 kW, 3 phases, 40-150 kV), image resolution (min 1920x1080), and patient table capacity (650 lbs static, 600 lbs dynamic). Additional specifications include high-frequency generators, protective covers, charging stations, and various automated features. Workstation requirements specify 23-inch monitors, 1000 GB hard drives, and UPS for power outages. Software needs include stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates OEM-supported OS, DICOM compliance, encrypted drives, PACS compatibility with VA VistA Imaging, AGFA Dose Management integration, and FIPS 140-2/3 compliant wireless connectivity. Clinical training for 10 technologists (on-site and follow-up with CMEs) and optional biomedical technician training are required. Service demands include VPN/remote access, operator/service manuals, and a minimum one-year warranty. Added value considerations include extended warranty and post-warranty remote diagnostic services. The VAMC plans to trade in an operational Siemens Ysio Max unit.
The Lexington VA Health Care System (LVAHCS) is seeking a Computed Tomography (CT) Simulator for its new Radiation Oncology Service at the Franklin R. Sousley Campus. The Request for Proposal (RFP) outlines detailed technical specifications for the CT scanner, including physical dimensions, imaging capabilities (e.g., minimum 64 slices, 80cm gantry aperture, 50cm scan field of view), and advanced features like iterative reconstruction and artifact reduction. The solicitation also specifies workstation requirements (e.g., 18-inch monitors, 100GB hard drive for acquisition), security features (OEM-supported OS, encrypted hard drive, PACS compatibility), and extensive training for technologists, physicians, physicists, and dosimetrists. Vendors are required to provide comprehensive service support, including remote diagnostics and a one-year warranty. Added value offerings like extended warranties and advanced imaging applications are encouraged. This RFP is crucial for equipping the LVAHCS with a state-of-the-art CT Simulator to enhance veteran care.
The Lexington VA Health Care System (LVAHCS) requires a Computed Tomography (CT) Simulator for its new Radiation Oncology Service. Key technical specifications include a minimum of 64 slices, an 80 cm gantry aperture, and a 50 cm scan field of view. The system must support independent operation of the table, gantry, and CT fluoroscopy, display dose information, and incorporate iterative reconstruction and artifact reduction capabilities. Workstation requirements specify an 18-inch monitor and 100 GB hard drive for acquisition, and 18-inch monitor and 50 GB hard drive for processing. Both workstations and the entire system require UPS for 15 minutes of full functionality. The CT Simulator must also be compatible with various VA imaging and treatment planning systems. Training requirements include on-site and off-site clinical applications training for technologists, physicians, physicists, and dosimetrists, with CME credits for technologists. Service requirements mandate VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering all parts and labor, including PMs.
The Lexington VA Health Care System (LVAHCS) requires a Computed Tomography (CT) Simulator for its new Radiation Oncology Service. This RFP details technical specifications for the CT scanner, including minimum slices (64), gantry aperture (80cm), and scan field of view (50cm), along with requirements for image acquisition speed and dose display capabilities. The system must also include advanced features like modeled iterative reconstruction, artifact reduction, and 4D reconstruction. Workstation requirements specify monitor and hard drive sizes, with UPS for full functionality during power outages. Security and connectivity mandate an OEM-supported OS, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training includes on-site clinical instruction for technologists, physicians, physicists, and dosimetrists, with off-site options. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. Added value offerings like extended warranties and faster rotation times are encouraged. Vendors must submit comprehensive documentation, including technical specification sheets and security forms.
The Lexington VA Health Care System (LVAHCS) requires a Computed Tomography (CT) Simulator for its new Radiation Oncology Service at the Franklin R. Sousley Campus. The CT simulator must meet specific technical requirements, including a minimum of 64 slices, an 80 cm gantry aperture, and a 50 cm scan field of view. Additional specifications include independent operation of the table, gantry, and CT fluoroscopy, dose display capabilities, iterative reconstruction, a contrast injector, UPS, and power conditioning. Workstation requirements include minimum 18-inch monitors and sufficient hard drive space, each with a UPS. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drives, and integration with various VA systems. Training is required for 8 technologists, 3 physicians, 2 physicists, and 2 dosimetrists, with continuing education credits for technologists. Biomedical technician training information is also requested. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering all parts, labor, and PMs. Preferred
The Lexington VA Health Care System (LVAHCS) is establishing a new Radiation Oncology Service and requires a comprehensive treatment planning system. This system must include seven thin-client workstations with 21.5-inch screens, four full planning licenses, and three additional licenses for physician contouring/access. It requires virtual server-based options with SQL 22 or higher, supporting two concurrent physician users, two medical physicists, and two dosimetrists, along with a minimum of 2TB for both immediate and archive databases. Key functionalities include automated segmentation, rigid and deformable image registration, 3D planning, DICOM import/export, Monte Carlo algorithms for photon and electron doses, VMAT planning, beam modeling, combined dose functions, radiobiological and multi-criteria optimization tools, and plan review/approval. Security and connectivity requirements include OEM-supported OS, encrypted hard drives, SSO, CommVault backup, and compatibility with various VA medical systems and external platforms. Training for clinical and biomedical staff, a one-year warranty, VPN/remote access, and essential manuals are also required. Preferred "added value" features include additional warranty years, advanced diagnostic programs, PET/4D CT integration, AI capabilities, and integration with MRI-LINAC systems.
The Lexington VA Health Care System (LVAHCS) is establishing a new Radiation Oncology Service and requires a comprehensive treatment planning system. The system must have seamless interconnectivity and interoperability with all radiotherapy devices. Technical requirements include seven thin-client workstations, 21.5-inch screens, four full planning licenses, three additional physician licenses, and a virtual server with SQL 22 or higher, supporting three physician, two medical physicist, and two dosimetrist concurrent users. A minimum of 2 TB each for immediate and archive databases is required. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drives, SSO, CommVault backup compatibility, and integration with various hospital systems like Oracle Health EHR and Change Healthcare PACS. Training includes on-site clinical applications for physicians, physicists, and dosimetrists with CME credits, and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year minimum warranty covering parts, labor, and PMs. Preferred added value features include additional warranty, PET/4D CT integration, MRI-only planning, AI capabilities, and patient-specific QA tools. Vendors must provide specific documentation, including a pre-procurement assessment and a Manufacture Disclosure Statement for Medical Device Security.
The Lexington VA Health Care System Radiology Service requires a compact, fully functional ultrasound system for angiography/interventional radiology. The system must meet specific technical requirements, including a 15-inch screen, 3 transducer ports, 30-minute battery life, and a maximum weight of 200 lbs. It must support various scanning modes, Doppler displays, and control panel specifications, including a physical keyboard and image annotation. Essential features include one-button optimization, programmable protocols, PACS compatibility, needle enhancement, and a cart with A/C power. Required analysis packages cover procedural, abdominal, musculoskeletal, small parts, vascular, and urology. The system needs curved (5-1 MHz) and linear (2-22 MHz) transducers. Security features include an OEM-supported OS, DICOM support, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training includes on-site clinical applications for technologists (with CMEs) and biomedical technician training. Added value considerations include extended warranty, remote diagnostics, a long-range plan, touchscreen monitor, shear wave/strain elastography, and a multi-function foot pedal. The VA also has a Philips Healthcare CX50 ultrasound and ancillary equipment for trade-in.
The Lexington VA Health Care System Radiology Service requires a compact, fully functional ultrasonic scanning system, not a point-of-care device, for angiography/interventional radiology. Key technical requirements include a minimum 15-inch screen, three transducer ports, 30-minute battery life, and a maximum weight of 200 lbs. It must support 2D, M-Mode, Doppler modes, and include specific analysis packages like procedural, abdominal, vascular, and urology. Required transducers are one curved (5-1 MHz) and one linear (2-22 MHz). The system needs an OEM-supported OS, DICOM, encrypted hard drive, PACS compatibility (VA VistA Imaging and Optum Healthcare), and FIPS 140-2/140-3 compliant wireless connectivity. Training involves on-site clinical application training for six technologists with CME credits and available off-site biomedical technician training. Service demands VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Optional features like extended warranty, post-warranty remote diagnostics, and a touchscreen are preferred. The proposal should include documentation like a pre-procurement assessment form, MDS2, FIPS certification, product brochures, and technical specifications. Trade-in options include a Philips Healthcare CX50 ultrasound and ancillary equipment (carts, printers, transducers).
The Lexington VA Health Care System is requesting proposals for a mobile R/F unit to replace an existing c-arm in Endoscopy. The new unit must be a 3D motorized model compatible with the Intuitive ION system, primarily for Endoscopy but also usable in the OR. Key technical specifications include a flat panel detector (minimum 30x30 cm), spatial resolution of 2.5 lp/mm, a minimum c-arm depth of 29 inches, 25 kW generator output, and advanced features like continuous fluoroscopy, 3D imaging, and motorized movement. Additional requirements cover specific accessories, advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging, and robust security/connectivity features like OEM-supported OS, DICOM compliance, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Optum Healthcare. Training for clinical staff and biomedical technicians, along with comprehensive service and warranty provisions, are also mandated. The VA also has several pieces of equipment available for trade-in, including a GE Healthcare OEC 9900 Elite c-arm.
The Lexington VA Health Care System requires a new 3D motorized mobile C-arm with flat panel detector, minimum 30x30 cm, 2.5 lp/mm spatial resolution, and 25 kW generator output. The system must integrate with the Intuitive ION and support advanced applications like DSA and roadmap technology. Key features include a wired foot pedal, centering light, touchscreen workstation, and security measures like encrypted hard drive and PACS compatibility with VA VistA Imaging and Optum Healthcare. Training for 6 technologists and 4 physicians, along with biomedical technician training, is required. A one-year warranty, remote diagnostics, and service manuals are essential. Optional added values include extended warranty, wireless foot pedal, and compatibility with Endo CMR - Provation. Trade-in of existing GE Healthcare equipment is part of the procurement.
The Lexington VA Health Care System is requesting proposals for a new mobile R/F unit to replace an existing c-arm in the Pain Clinic. The new unit must feature a flat panel detector, specific dimensions for detector size, c-arm depth, generator output, and monitor sizes. Key technical requirements include a wired foot pedal, centering/alignment light, motion and metal detection, measurement software, automatic video playback, user-configurable dose warnings, digital image manipulation, an audible/visual x-ray warning, touchscreen monitor, continuous fluoroscopy, automatic brightness stabilization, and snapshot mode. The unit also needs advanced orthopedic applications, OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Optum Healthcare. Training includes on-site clinical applications for technologists and physicians, and biomedical technician training. Service requirements involve VPN/remote access for diagnostics and provision of operator and service manuals. Preferred added values include an extended warranty, post-warranty remote diagnostic service, a long-range plan, a wireless footswitch, DVD/CD/USB drive, and a fluoroscopic motorized procedure table. The RFP also lists several items available for trade-in, including a GE Healthcare OEC 9900 Elite c-arm and other ancillary equipment.
The Lexington VA Health Care System is requesting proposals for a replacement mobile C-arm for its Pain Clinic to enhance needle visualization and include metal reduction software. The technical requirements specify a flat panel detector, minimum 20cm detector size, 2.8 lp/mm spatial resolution, 26-inch C-arm depth, 2.3 kW generator output, and either dual 19-inch or single 32-inch monitors, with an image matrix of at least 1300 pixels and a maximum system weight of 650 lbs. Additional features include a low-profile tube housing, wired foot pedal, centering light, workstation on a cart, integrated keyboard, motion and metal detection, measurement software, automatic video playback, dose warnings, digital image manipulation, selectable mode settings, x-ray warnings, touchscreen, monitor articulation, continuous fluoroscopy, separate power-up for C-arm and workstation, UPS, ABS control, and snapshot mode. Advanced orthopedic applications and comprehensive security/connectivity, including DICOM, encrypted hard drives, PACS compatibility with VA VistA Imaging and Optum Healthcare, wireless connectivity (802.11b/g/n, FIPS 140-2/3), and integration with Bayer Radimetrics Dose Tracking System, are also required. Training includes on-site clinical applications for technologists and physicians, and optional off-site biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred "added value" items include extended warranty, post-warranty remote diagnostics, wireless footswitch, DVD/CD/USB drive, CME credits for training, and a fluoroscopic motorized procedure table. The RFP also details required documentation and trade-in options for existing GE Healthcare equipment.
The Lexington VA Health Care System is seeking a mobile R/F c-arm unit to replace an existing one used by Urology in the OR, with specifications to accommodate all specialties. Key technical requirements include a flat panel detector (minimum 30x30 cm), 2.8 lp/mm spatial resolution, 28-inch c-arm depth, 15 kW generator output, and various features like a wired foot pedal, centering light, measurement software, and automatic brightness stabilization. Advanced applications such as Digital Subtraction Angiography (DSA), pulsed cine, roadmap technology, and orthopedic imaging capabilities are required. The system must also meet security and connectivity standards, including OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Optum Healthcare. Training for clinical staff and biomedical technicians, along with a minimum one-year warranty, are mandatory. Optional added value offerings like extended warranty and wireless foot pedal are encouraged, and the VA has existing equipment (GE Healthcare OEC 9900 Elite C-Arm, GE Healthcare S7004RG Positioning Aids, Sony Corp of America S7001SZ Printer) available for trade-in.
The Lexington VA Health Care System is requesting proposals for a new mobile R/F C-arm unit to replace an existing one used by Urology in the OR. The technical requirements include a flat panel detector with a minimum size of 30x30 cm, 2.8 lp/mm spatial resolution, 28-inch C-arm depth, 15 kW generator output, and dual 19-inch or single 32-inch monitor with dual display capability. The unit must also feature advanced applications like Digital Subtraction Angiography (DSA), roadmap technology, and orthopedic optimization tools. Security and connectivity requirements specify OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, Optum Healthcare), wireless connectivity, OR table compatibility (Skytron GS70 Salus), and integration with Bayer Radimetrics Dose Tracking System. Training includes on-site clinical applications for technologists and physicians, and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals, and a one-year warranty including parts, labor, and PMs. Preferred added values include extended warranty, wireless foot pedal, and easy C-arm positioning. The facility is also offering a GE Healthcare OEC 9900 Elite C-arm and ancillary equipment for trade-in.
The Lexington VA Health Care System is seeking to replace three mobile radiographic units for its Radiology department, to be used in inpatient units, the ED, and the OR. The Request for Proposal (RFP) outlines detailed technical specifications for the units, including generator power, kV and mAs ranges, tube reach, battery life, and display size. Key requirements include two wireless detectors (14x17 inch and 10x12 inch minimums), automatic dose control, on-board image display, collapsible column, and various image processing algorithms. Software solutions must support rapid image display, annotation, and dose reduction, with connectivity requirements for PACS, DICOM, and VA network compatibility (FIPS 140-2/3 compliant). Training provisions include on-site clinical applications training for technologists and super users, and biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, and a third wireless detector. The VA also offers three operational GE Healthcare Optima XR240AMX units for trade-in. The RFP emphasizes a compliance matrix for vendor responses, requiring specific documentation and adherence to formatting guidelines.
The Lexington VA Health Care System Radiology Service seeks to replace three mobile radiographic units for remote imaging in inpatient, ED, and OR settings. The technical requirements include specific generator power, kV range, tube reach, battery life, and display size. The system needs two wireless detectors (14x17in and 10x12in) with specified resolution and pixel size. Additional features include automatic dose control, on-board image display, collapsible column, and various software solutions for image processing and dose reduction. Security and connectivity mandate OEM-supported OS, DICOM compatibility, wireless connectivity to the VA network, encrypted hard drives, and PACS integration. Training involves on-site clinical applications for technologists and super users, and optional off-site biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Trade-in of three GE Healthcare Optima XR240AMX units is also part of the request.
The Lexington VA Health Care System Radiology Service requires three new mobile radiographic units for remote imaging in inpatient units, the ED, and the OR. The RFP details extensive technical specifications for the units, including generator power, kV and mAs ranges, tube reach, focal spot range, battery life, and display size. System requirements include two wireless detectors (14x17 and 10x12 inches), automatic dose control, on-board image display, collapsible columns, positioning lights, and various software solutions like rapid image display and annotation. Security and connectivity mandate OEM-supported operating systems, encrypted hard drives, and compatibility with VA VistA Imaging, Optum Healthcare, and Bayer Radimetrics. Training requirements include on-site clinical and biomedical technician training. Service demands cover VPN/remote access, operator and service manuals, and a one-year warranty. Preferred features, such as additional warranty years and a 17x17 detector, are also noted. The VA also offers three operational GE Healthcare Optima XR240AMX units for trade-in.
The Lexington VA Health Care System Radiology Service requires three new mobile radiographic units to replace existing portable x-ray systems. These units will be utilized for remote imaging in in-patient units, the ED, and OR. Key technical specifications include a 30 kW high-frequency generator, 50-125 kV range, 0.1-320 mAs range, and a minimum 4-hour battery life. Each system must include two wireless detectors (14x17 inch and 10x12 inch) with specific resolution and pixel size requirements, along with features like automatic dose control, on-board image display, and a collapsible column. Software must offer rapid image display, annotation, multiple processing algorithms, and dose reduction capabilities. Connectivity requirements include OEM-supported OS, DICOM compliance, wireless VA network compatibility (FIPS 140-2/140-3), encrypted hard drive, and integration with VA VistA Imaging, Optum Healthcare, and Bayer Radimetrics. Training encompasses on-site clinical applications for 10 technologists and super user training for 4 personnel, with optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value considerations include extended warranty, post-warranty remote diagnostics, a 17x17 detector option, and continuing education credits for technologists. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets. Three GE Healthcare Optima XR240AMX units are available for trade-in.
The Lexington VA Health Care System is seeking proposals for Radiotherapy Systems, specifically Linac machines, for its Radiation Oncology department. The Request for Proposal (RFP) outlines detailed technical requirements, including multi-photon and electron energies, C-Arm gantry type, and various treatment modalities such as Conventional Radiotherapy, Volumetric Arc Therapy, SRS, SBRT, and Electron Treatment. The system must also support advanced image guidance and portal dosimetry, auto-positioning, optical surface monitoring, and respiratory gating. Workstation and security requirements are specified, including minimum monitor and hard drive sizes, UPS, OEM-supported operating systems, encrypted hard drives, and PACS compatibility. The RFP details extensive training requirements for technologists, physicians, medical physicists, and dosimetrists, along with comprehensive service requirements covering VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added-value items such as additional warranty years, post-warranty remote diagnostic programs, and various oncology systems. Required documentation includes product brochures, technical specification sheets, and FIPS certification. The VA has no trade-in units.
Lexington VA Health Care System (LVAHCS) requires a C-arm LINAC Radiotherapy System for its new Radiation Oncology Service in Lexington, KY. The system must support multi-photon energies (6, 10, 15 MV with FFF for 6 and 10 MV) and electron energies (6, 9, 12, 15, 18 MeV). Key technical requirements include a 40x40 cm X-ray field size, 6D patient support with a 440 lbs capacity, and specific treatment modalities like auto-positioning, optical surface monitoring, and respiratory gating. Workstations need a minimum 21-inch monitor and 500 GB hard drive. Security features mandate OEM-supported OS, DICOM compatibility, encrypted drives, and integration with VA VistA Imaging and Oracle Cerner EMR. Training for 8 technologists, 3 physicians, 2 physicists, and 2 dosimetrists is required, with CME credits for technologists. Off-site biomedical training is optional. Service includes remote diagnostics via VPN and a one-year warranty with PMs. Preferred "added value" items include extended warranties, a post-warranty remote diagnostic program, and various backup connection capabilities for other oncology systems. Vendors must provide detailed documentation, including FIPS certification and technical specifications.
The Lexington VA Health Care System is seeking proposals for Radiotherapy Systems, specifically Linac machines, to meet the technical and operational requirements of its Radiation Oncology department. The solicitation details extensive specifications for multi-photon and electron energies, gantry types, field sizes, and patient support systems. Key requirements include advanced treatment modalities such as Volumetric Arc Therapy, Stereotactic Radiosurgery (SRS), and Stereotactic Body Radiotherapy (SBRT), as well as comprehensive image guidance and portal dosimetry capabilities. Additional specifications cover auto-positioning, optical surface monitoring, respiratory gating, and high-dose rate modes. Workstation and security requirements emphasize OEM-supported operating systems, encrypted hard drives, PACS compatibility with VA VistA Imaging, and integration with treatment planning systems. The proposal also outlines mandatory clinical and biomedical technician training, service requirements including VPN/remote access, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties, post-warranty remote diagnostic services, and advanced EMR integration, which will be evaluated for their benefits.
The Lexington VA Health Care System (LVAHCS) is requesting proposals for a C-Arm Radiotherapy Linear Accelerator (RT LINAC) system for its new Radiation Oncology Service building. The system must support multi-photon (6, 10, 15 MV with FFF for 6 and 10 MV) and electron (6, 9, 12, 15, 18 MeV) energies, with a 40x40 cm X-ray field size and 6D patient support system. Required treatment modalities include Conventional, Volumetric Arc, SRS, SBRT, and Electron treatments. The LINAC must have advanced image guidance (e.g., Cone beam CT, 4D Cone beam CT, Portal Dosimetry) and additional features like auto-positioning, optical surface monitoring, respiratory gating, and UPS. Workstation requirements include a 21-inch monitor and 500GB hard drive. Connectivity must support DICOM, PACS (VA VistA Imaging), and future EMR (Oracle Cerner) integration. The request specifies on-site clinical training for 15 staff members and outlines service requirements, including VPN/remote access, operator/service manuals, and a one-year warranty. Preferred added value includes extended warranties, a post-warranty remote diagnostic program, and various specialized devices and systems.
The Tibor Rubin VA Medical Center in Long Beach, CA, specifically its Vascular Clinic - Surgery Department, is requesting the purchase of one vascular ultrasound system. The Request for Proposal (RFP) outlines detailed technical specifications, including a minimum 22-inch screen, various scanning modes (2D, 3D, M-Mode, multiple Doppler types), and control panel features like a physical keyboard and touchscreen. The system must support specific analysis packages (abdominal, small parts, vascular, obstetric, cardiovascular) and include four types of transducers with defined frequency ranges. Key requirements also cover security and connectivity, emphasizing OEM-supported operating systems, encrypted hard drives, and PACS compatibility (AGFA and VA VistA Imaging). Training requirements mandate on-site clinical applications training for technologists with CME credits and available off-site biomedical technician training. Service expectations include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The RFP also lists preferred "added value" offerings like extended warranties and specific Cerner CareAware MultiMedia compatibility, as well as requested documentation for vendors.
The VA Long Beach is requesting a vascular ultrasound system for its Vascular Clinic in Surgery Services. The system must meet specific technical requirements, including physical dimensions, scanning modes (2D, 3D, 4D, M-Mode, various Doppler modes), and control panel features like a physical keyboard and touchscreen. It needs specific analysis packages (abdominal, small parts, vascular, obstetric, cardiovascular clinical) and four types of transducers with defined frequency ranges. Key security and connectivity requirements include an OEM-supported OS, DICOM compatibility, wireless connectivity, an encrypted hard drive, and PACS compatibility (AGFA and VA VistA Imaging). Training for two technologists is required, along with service manuals and a one-year warranty. Optional "added value" features, such as extended warranty and Cerner CareAware MultiMedia compatibility, are encouraged. The VA has no trade-in units or ancillary equipment to offer.
The Tibor Rubin VA Medical Center in Long Beach, CA, requires one vascular ultrasound system for its Vascular Clinic. The request specifies detailed technical requirements, including physical dimensions, scanning modes (2D, 3D, M-Mode, various Doppler types), Doppler displays, and control panel features (physical keyboard, touchscreen, printer). Additional specifications include multi-modality display, image annotation, one-button optimization, PACS compatibility, beam steering, standby mode, foot pedal control, image editing, and digital calipers. The system must also include specific analysis packages (abdominal, small parts, vascular, obstetric, cardiovascular) and a set of transducers with defined frequency ranges. Security requirements include an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, and wireless connectivity with FIPS compliance. Training requirements cover on-site clinical applications training for technologists with CME credits and biomedical technician training. Service requirements mandate VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred
The VA Long Beach Healthcare System seeks to procure one vascular ultrasound system for its Vascular Clinic in Surgery Service. The requested system must perform in 2D, M-Mode, Doppler, or Color Mode, with application presets for supported probes. Key technical specifications include a minimum 22-inch screen, 1 TB image storage, 30 minutes battery life, and various scanning modes like 3D and 4D. The system requires specific transducers, advanced features such as image storage, and robust security/connectivity with DICOM, encrypted hard drive, and PACS compatibility. Training requirements include on-site clinical applications for technologists with CME credits and optional off-site biomedical technician training. Service mandates a one-year warranty, remote diagnostics, and provision of operator and service manuals. Added value offerings like extended warranty and post-warranty remote diagnostics are encouraged.
The VA Long Beach Healthcare System seeks a mobile R/F unit (portable C-arm Fluoroscopy) for its Radiology and Operating Room departments. The request outlines detailed technical specifications, including a flat panel detector, minimum 26 cm detector size, specific ranges of motion, and a minimum 15 kW generator output. Additional features like image magnification, wireless foot pedal, touchscreen monitor, continuous fluoroscopy, and automatic brightness stabilization are required. Advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging with specific enhancements are also essential. Security and connectivity requirements include OEM-supported OS, encrypted hard drive, and PACS compatibility with AGFA EI and VA VistA Imaging. The solicitation also details comprehensive training for technologists and physicians, service requirements like VPN/remote access and manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value, such as additional warranty years and compatibility with Cerner CareAware MultiMedia.
The VA Long Beach Healthcare System is requesting a Portable C-arm (Fluoroscopy) for use in Radiology and the Operating Room. The technical requirements specify a mobile R/F unit with a flat panel detector, minimum 26 cm detector size, 141-degree orbital rotation, and 15 kW generator output. Key features include a wireless foot pedal, automatic video playback, user-configurable threshold dose warning, and digital image manipulation. Advanced applications like Digital Subtraction Angiography (DSA) and orthopedic imaging features are required. Security and connectivity mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and PACS integration with AGFA EI and VA VistA Imaging. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits. Biomedical technician training information is also required. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty. Added value specifications, though not required, include additional warranty years and device compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The request also includes a Philips Veradius C-arm for trade-in.
The Long Beach VA HCS Surgery department is seeking to procure three intravascular ultrasound systems due to current equipment reaching end-of-life and an increase in surgical patients. The request outlines detailed technical requirements, including specific physical specifications (e.g., minimum 21.3-inch screen, 60-minute battery life), scanning modes (e.g., 2D, Tissue Harmonic Imaging), Doppler displays (Duplex, Triplex), control panel features (physical keyboard, touchscreen), and analysis packages (abdominal, vascular, cardiovascular). The RFP also specifies required transducers and advanced security features like OEM-supported operating systems and encrypted hard drives. Training requirements include on-site clinical training for technologists and physicians, and off-site biomedical technician training as an optional item. Service requirements mandate a one-year warranty, VPN/remote access for diagnostics, and two copies each of operator and service manuals. Vendors are encouraged to propose added value offerings beyond the minimum requirements, and the VA is offering a non-operational FUJIFILM SONOSITE INC EDGE ultrasound system for trade-in.
The Long Beach VA HCS Surgery department is requesting three intravascular ultrasounds (XR US) to replace end-of-life equipment and accommodate an increase in surgical patients. The technical requirements specify unit physical specifications including a minimum 21.3-inch screen, 140-degree monitor rotation, and 60-minute battery life. Required scanning modes include 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Color Power Doppler, and Tissue Doppler Imaging. Control panel specifications mandate a physical keyboard and touchscreen monitor. Analysis packages for Abdominal, Vascular, and Cardiovascular Clinical are required. The request includes specific transducers (L19-5, L12-3, C5-1) and security/connectivity features such as OEM-supported OS, DICOM compatibility, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), encrypted hard drive, and PACS/VA VistA Imaging compatibility. Training requirements include on-site clinical applications training for 11 technologists and 4 physicians during go-live. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. The facility also has a non-operational FUJIFILM SONOSITE INC EDGE ultrasound unit available for trade-in, with the vendor accepting it "as is" if ePHI sanitization compromises the OS/software.
The Tibor Rubin VA Medical Center's Surgery department is seeking to procure three intravascular ultrasound systems to replace end-of-life equipment and accommodate an increase in surgical patients. The request outlines detailed technical requirements, including specific physical specifications, scanning modes, Doppler displays, control panel features, analysis packages (abdominal, vascular, cardiovascular), and three types of transducers (L19-5, L12-3, C5-1). The solicitation also specifies security and connectivity requirements, such as OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity. Training requirements include on-site clinical application training for 11 technologists and 4 physicians, with optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value services like extended warranties and post-warranty remote diagnostic programs. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, and typical CAD drawings. The RFP also details a trade-in for an existing FUJIFILM SONOSITE INC EDGE ultrasound unit.
The Long Beach HCS Surgery department is requesting three intravascular ultrasounds (XR US) to replace end-of-life equipment and accommodate an increase in surgical patients. The technical requirements for these scanning systems include specific physical dimensions, a minimum 19-inch screen, various scanning modes (2D, M-Mode, Doppler), Duplex/Triplex Doppler displays, and analysis packages for abdominal, vascular, and cardiovascular clinical use. Required transducers include L19-5, L12-3, and C5-1 models. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility (VA VistA Imaging, AGFA Enterprise Imaging), and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for 11 technologists and 4 physicians, plus optional biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Additional warranty, post-warranty remote diagnostics, and long-range platform plans are preferred. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specifications, CAD drawings, and support information. A FUJIFILM SONOSITE INC EDGE ultrasound unit is available for trade-in.
The VA Long Beach Healthcare System is seeking a Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an outdated SPECT gamma camera. The new PET/CT system will integrate physiological and anatomical imaging for oncology, neurology, Alzheimer's, and coronary artery disease patients. Key technical requirements include a minimum of 128 slices, a 70 cm gantry aperture, and various advanced features like high-definition PET reconstruction, 4D and ECG cardiac gating, and dose reduction software. The request also specifies workstation requirements, security/connectivity standards, and extensive training for technologists and physicians. Vendors must provide comprehensive documentation, including operator and service manuals. The VA offers existing equipment for trade-in, including a Siemens Symbia S gamma camera and HP/EIZO workstations. This acquisition aims to modernize imaging services and enhance diagnostic capabilities at the facility.
The VA Long Beach Healthcare System is seeking a new PET/CT scanning system to replace an outdated SPECT gamma camera. The system will aid in treatment strategies for oncology, neurology, Alzheimer's, and coronary artery disease patients. Key technical requirements include a minimum of 128 slices, a 70 cm gantry aperture, a 500 lbs patient table load, and rapid 360-degree rotation times. Additional specifications include a Time of Flight PET system, 4D respiratory and ECG cardiac gating, and various software applications for dose reduction, tumor tracking, and quantitative analysis. Training for six technologists and three physicians is required, along with comprehensive service support, including remote diagnostics and a one-year warranty. The VA also has existing equipment available for trade-in.
The VA Long Beach Healthcare System is seeking to procure a Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an existing SPECT gamma camera. The new PET/CT system will be used for oncology, neurology, Alzheimer's, and coronary artery disease patients. The solicitation outlines detailed technical requirements, including specifications for slices, gantry aperture, detector width, scan field of view, and patient table load capacity. It also specifies additional features like high-definition PET reconstruction, ECG cardiac gating, and compatibility with various software applications and quality assurance tools. Training requirements for clinical staff and biomedical technicians are included, along with service requirements such as remote access and provision of manuals. The VA also offers several pieces of ancillary equipment for trade-in. Vendors are encouraged to offer added value services and training, though it is not a mandatory requirement for consideration.
The VA Long Beach Healthcare System seeks a Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an aging SPECT gamma camera. The new PET/CT system will fuse physiological and anatomical images to aid in treatment strategies for oncology, neurology, Alzheimer's, and coronary artery disease patients. Key technical requirements include a minimum of 128 slices, a 70 cm gantry aperture, and a 500 lbs patient table load capacity. The system must also feature Time of Flight PET, high-definition PET reconstruction, ECG cardiac gating, and a UPS for 30-minute full functionality. Software options such as dose reduction, metal artifact reduction, and tumor tracking are required, along with comprehensive workstation specifications. Security and connectivity mandate OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging and AGFA PACS. Training requirements cover pre-installation, on-site, and follow-up clinical applications for technologists and physicians, as well as optional biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering all parts and labor. The VA also encourages proposals for added value such as extended warranties and enhanced UPS functionality. Several pieces of existing equipment, including a Siemens Symbia S gamma camera and HP workstations, are available for trade-in.
The VA Long Beach Healthcare System's Gastroenterology Department is seeking a high-resolution ultrasound system to integrate Intestinal Ultrasound (IUS) for managing inflammatory bowel disease (IBD). The procurement outlines detailed technical requirements, including physical specifications (e.g., 23.8-inch minimum screen, 0-140 degree tilting, 1-day/512 GB image storage), scanning modes (2D, M-Mode, Doppler), Doppler displays, control panel features (physical and touchscreen keyboards), and advanced features (panoramic mode, multi-modality display, elastography). Specific transducers are required (CA3-10A, CA4-10M, LA2-14A) with defined frequency ranges. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/3 compliant wireless connectivity. Training requirements cover on-site clinical applications for technologists and detailed biomedical technician training. Vendors must also provide additional warranty, VPN/remote access for diagnostics, operator and service manuals, and a minimum one-year warranty. The VA will not offer trade-in units or ancillary equipment. The document emphasizes strict adherence to formatting and content guidelines for vendor responses.
The Department of Gastroenterology at VA Long Beach Healthcare System seeks to acquire a high-resolution ultrasonic scanning system to integrate Intestinal Ultrasound (IUS) for assessing and managing inflammatory bowel disease. The system must meet detailed technical specifications, including a 23.8-inch screen, 4 transducer ports, 512 GB SSD image storage, and specific scanning and Doppler modes. Required analysis packages include Abdominal, Musculoskeletal, Small Parts, Vascular, Pelvic, Urology, Obstetric, and Breast. The system requires three specific transducers (CA3-10A, CA4-10M, LA2-14A) with defined frequency ranges. Security features must include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements include on-site clinical applications training for 10 technologists and detailed biomedical technician training. Service mandates include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional offerings for added value include extended warranty. No trade-in units are available.
The Robley Rex VAMC is soliciting proposals for 11 high-quality, cost-effective Point-of-Care Ultrasound (POCUS) systems for its new hospital. These systems are crucial for various departments, including Medical Service Specialty Clinics, PM&RS, Anesthesiology, Hospitalist, Emergency Department, and ICU, to aid in patient care, diagnostics, and interventional procedures. Key technical requirements include specific physical specifications (e.g., maximum screen size of 22 inches, minimum battery life of 120 minutes), diverse scanning modes, Doppler displays, touchscreen control panels, and advanced features like panoramic mode and needle enhancement. Vendors must also provide various analysis packages, transducers, and adhere to security and connectivity requirements, including PACS compatibility and FIPS 140-2/3 compliance. The RFP emphasizes comprehensive clinical and biomedical technician training, a minimum one-year warranty, and the provision of essential documentation like operator and service manuals. Added value offerings such as extended warranties and remote diagnostic services are encouraged.
The Robley Rex VAMC is soliciting proposals for 11 high-quality, cost-effective Point-of-Care Ultrasound (POCUS) systems for its new hospital. These systems are crucial for various departments, including Medical Service Specialty Clinics, PM&RS, Anesthesiology, Hospitalist, Emergency Department, and ICU, to aid in patient care, diagnostics, and interventional procedures. Key technical requirements include specific physical specifications (e.g., maximum screen size of 22 inches, minimum battery life of 120 minutes), diverse scanning modes, Doppler displays, touchscreen control panels, and advanced features like panoramic mode and needle enhancement. Vendors must also provide various analysis packages, transducers, and adhere to security and connectivity requirements, including PACS compatibility and FIPS 140-2/3 compliance. The RFP emphasizes comprehensive clinical and biomedical technician training, a minimum one-year warranty, and the provision of essential documentation like operator and service manuals. Added value offerings such as extended warranties and remote diagnostic services are encouraged.
The Robley Rex VAMC in Louisville, KY, requires three laptop point-of-care ultrasound systems for its new hospital, specifically for Cath Labs 1 & 2, Surgical Specialty Clinic, and the Education Department. These systems must be mirrored for redundancy and teaching vascular cases. Key technical requirements include a minimum 15-inch screen, 500GB image storage, 120-minute battery life, a laptop form factor, and various scanning modes (2D, M-Mode, Doppler types). The systems also need advanced features like touchscreen controls, image annotation, one-button optimization, PACS compatibility (VA VistA Imaging, McKesson/Change Healthcare, Philips ISCV), an encrypted hard drive, and wireless connectivity (FIPS 140-2/3 compliant). Vendors must provide specific transducers (Linear Arterial 19-5 MHz, Linear Arterial 12-3 MHz, Linear Abdomen 5-1 MHz), on-site clinical training for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Preferred "added value" features include a post-warranty remote diagnostic service program, a 5-year warranty, and extensive training packages. Required documentation includes a completed pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specifications, and support information.
The Robley Rex VAMC in Louisville, KY, requires three laptop point-of-care ultrasonic systems for its new hospital to support Cath Labs, Surgical Specialty Clinic, and Education Department, primarily for vascular cases. These systems need specific technical requirements, including a minimum 15-inch screen, 500GB image storage, 120 minutes battery life, and a laptop form factor. Required scanning modes include 2D, M-Mode, and various Doppler types, with touchscreen controls and a black-and-white printer. Additional specifications cover image annotation, one-button optimization, and PACS compatibility. The systems must include procedural, vascular, obstetric, and cardiovascular analysis packages, along with specific transducers. Advanced features include MRI and ultrasound image display and encrypted hard drives with robust security and connectivity, supporting DICOM and VA VistA Imaging. Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits, and optional off-site biomedical technician training. Service mandates remote diagnostics via VPN, comprehensive manuals, and a one-year warranty. Added value considerations include a five-year warranty and extensive training. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specification sheets. The VA has no trade-in units.
The Robley Rex VA Medical Center (RRVAMC) is seeking proposals for seven high-quality, cost-effective, point-of-care ultrasound units. These units are for educational, diagnostic, and interventional purposes, aimed at reducing patient referrals for various conditions. Key technical requirements include a minimum 20-inch screen, tablet form factor, 120-minute battery life, and specific dimensions for a roll-around cart. The ultrasounds must support various scanning modes (2D, M-Mode, Pulsed Wave Doppler), Doppler displays (Frequency, Velocity, Power), and control panel features like a touchscreen and keyboard. Additional specifications include image annotation, one-button optimization, programmable protocols, PACS compatibility, and needle enhancement. The units must also include analysis packages for abdominal, musculoskeletal, vascular, pelvic, obstetric, breast, and cardiovascular applications, along with specific transducers. Security requirements include an OEM-supported operating system, encrypted hard drive, and FIPS 140-2/3 compliant wireless connectivity. Vendors must provide on-site clinical training for technologists and physicians, and off-site biomedical technician training as an optional item. Service requirements include VPN/remote access for diagnostics and two copies of operator and service manuals. Preferred added values include extended warranties and a post-warranty remote diagnostic service program.
The Robley Rex VA Medical Center (RRVAMC) requires seven high-quality, cost-effective, point-of-care ultrasonic scanning systems. These systems are for educational, diagnostic, and interventional purposes across the Vascular Access Team, Education, IR, and Pain Management departments. The technical specifications include a minimum 20-inch screen, 1TB image storage, 120-minute battery life, and specific scanning modes like 2D, M-Mode, and Pulsed Wave Doppler. Required features include a touchscreen, image annotation, needle enhancement, and various analysis packages (e.g., abdominal, musculoskeletal, vascular). The RFP also details specific transducer types and frequencies. Security requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and wireless connectivity with FIPS compliance. Training involves on-site clinical applications for technologists and physicians, with continuing education credits. Vendors must offer a one-year warranty covering parts, labor, and PMs, with options for extended warranty and remote diagnostic services. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical training information.
The Robley Rex VAMC in Louisville, KY, requires an advanced ultrasound device for its new hospital's Urology Department, specifically for MRI-fusion prostate biopsies. This system will enable precise, guided biopsies by fusing MRI and ultrasound images. Key technical specifications include an 18-inch minimum screen, 0.5 TB image storage, 40-minute battery life, various 2D and 3D scanning modes, and comprehensive Doppler displays. The device must have a physical keyboard, black-and-white printer, multi-modality display, image annotation, and one-button optimization features. It also needs specific analysis packages for urology and procedural tasks, along with a range of transducers for different applications. Advanced features like prostate gland volume computation, real-time needle tracking, and MRI/ultrasound image overlay are crucial. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging and McKesson/Change Healthcare), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). The vendor must provide on-site clinical and biomedical technician training, a minimum one-year warranty, and offer value-added options like extended warranties and remote diagnostic services. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Robley Rex VA Medical Center (RRVAMC) in Louisville, KY, requires an ultrasound device for its new hospital's Urology Department. The primary purpose is to perform MRI-fusion prostate biopsies, a service not currently available, to address prostate cancer in veterans. The required system must fuse MRI and ultrasound images for accurate biopsy needle guidance. Technical specifications include a minimum 18-inch screen, various scanning modes (2D, 3D, Doppler), and advanced features like real-time needle tracking and MRI/ultrasound image overlay. The device must also meet stringent security and connectivity requirements, including PACS compatibility and FIPS 140-2/140-3 compliance. The RFP also outlines training requirements for 34 technologists and 6 physicians, service requirements including a one-year warranty and remote diagnostics, and preferred added-value features like extended warranties and Cerner CAMM compatibility. Vendors must provide detailed documentation, including technical specifications, product brochures, and security forms.
The Robley Rex VA Medical Center requires an ultrasound device for MRI-fusion prostate biopsies to diagnose prostate cancer in veterans. The device must meet detailed technical specifications, including a minimum 18-inch screen, +/-180-degree monitor rotation, and four transducer ports, with 0.5 TB image storage and 40 minutes of battery life. It must support various scanning modes (2D, 3D, M-Mode, Doppler), have a physical keyboard, and include advanced features like multi-modality display, image annotation, and one-button optimization. Specific analysis packages for urology and biopsies are required, along with various transducers. The system needs robust security, PACS compatibility, and specific training for 34 technologists and 6 physicians. Vendors must provide service programs, manuals, and a one-year warranty, with added value for extended warranties or remote diagnostics.
The Robley Rex VA Medical Center in Louisville, KY, requires one ultrasonic scanning system for its new hospital's Urology Department. The system must perform MRI-fusion prostate biopsies to accurately diagnose prostate cancer in veterans. Key technical requirements include an 18-inch minimum screen, 0.5 TB image storage, 40-minute battery life, and various scanning modes like 2D, 3D, and Doppler. The system needs specific control panel features, advanced imaging capabilities, and analysis packages for urology and biopsy procedures. It must be compatible with existing VA networks, including PACS and Radimetrics, and adhere to FIPS 140-2 or 140-3 for wireless connectivity. The acquisition includes on-site clinical training for 34 technologists and 6 physicians, with continuing education credits for technologists. Biomedical technician training is also required, available as an optional off-site purchase. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and manufacturer-required PMs. Preferred added value offerings include extended warranties and compatibility with Cerner CareAware MultiMedia Release 7.
The Robley Rex VAMC in Louisville, KY, is seeking six high-quality, cost-effective ultrasound machines for its new hospital, specifically for the Radiology Department. The machines must support a wide range of ultrasound examinations, including Head & Neck, Aorta, Chest, Abdomen, Renal, Pelvis, Vascular, extremity (non-vascular), Women’s Health, and various soft tissue. Technical requirements cover physical specifications (e.g., screen size, rotation, battery life), scanning modes (2D, 3D, various Doppler types, elastography), Doppler displays, control panel features (physical and touchscreen keyboards), and additional specifications like panoramic mode and PACS compatibility. The RFP also details required analysis packages and a comprehensive list of transducers. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, latest DICOM standards, PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements specify on-site clinical applications training for 12 technologists, including follow-up and CME credits, and biomedical technician training. Service requirements include VPN/remote access for diagnostics, while added value considerations cover extended warranties and post-warranty remote diagnostic programs. Vendors are required to provide detailed documentation, including operator and service manuals, product brochures, technical specification sheets, and support structure information.
The Robley Rex VA Medical Center in Louisville, KY, requires six high-quality, cost-effective ultrasound machines for its new hospital's Radiology Department. These machines will support various scanning areas, including Head & Neck, Abdomen, Vascular, and Women’s Health. Technical specifications mandate a minimum 23-inch screen, 1TB image storage, and 60 minutes of battery life, along with 2D, 3D, and Doppler scanning modes. The machines must include advanced features like MRI and ultrasound image acceptance and PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare. Training requirements include on-site clinical applications for 12 technologists with CME credits and optional off-site biomedical technician training. Vendors must provide a one-year warranty, remote diagnostic services, and specific transducers. The RFP also lists preferred added-value offerings like extended warranties and a post-warranty remote diagnostic service program.
The Robley Rex VA Medical Center (RRVAMC) requires six high-quality, cost-effective ultrasound machines for its new hospital in Louisville, KY. These machines must support various scanning modes, Doppler displays, and advanced features, including 2D, 3D, navigation, and image fusion software, with specific requirements for physical dimensions, screen size, transducer ports, image storage, and battery life. The RFP details stringent technical specifications for analysis packages, transducers, and security features like OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare. Vendors must provide comprehensive clinical and biomedical technician training, including on-site sessions and continuing education credits. Service requirements include VPN/remote access for diagnostics, manufacturer's warranty covering parts and labor for one year, and provision of operator and service manuals. Preferred added-value offerings include extended warranties, post-warranty remote diagnostic programs, and long-range platform plans. Vendors must submit detailed documentation, including product brochures, technical specification sheets, and support structure information. The VA has no trade-in units to offer.
The Robley Rex VA Medical Center (RRVAMC) requires six high-quality, cost-effective ultrasonic scanning systems for its new hospital in Louisville, KY. These systems will support various diagnostic areas, including Head & Neck, Aorta, Chest, Abdomen, Renal, Pelvis, Vascular, Women's Health, and soft tissue. Key technical requirements include a minimum 23-inch screen, 180-degree monitor rotation, four transducer ports, 1 TB image storage, and 60 minutes of battery life. The systems must support 2D, 3D, M-Mode, and various Doppler scanning modes, alongside advanced features like image fusion, navigation software, and elastography. Control panels must have physical keyboards and touchscreens. The RFP also specifies numerous analysis packages, a range of transducers with specific frequency requirements, MRI and ultrasound image acceptance, and robust security/connectivity features like encrypted hard drives and PACS compatibility (VA VistA Imaging, McKesson/Change Healthcare). Training for 12 technologists, including on-site and follow-up sessions with CME credits, is mandatory. Biomedical technician training is also required and should be quoted as an optional item. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a one-year manufacturer's warranty covering all parts, labor, and PMs. Additional years of warranty and post-warranty remote diagnostic service are preferred added-value options. No trade-in units are offered by the VA.
This document is an RFP for a high-quality, cost-effective ultrasound machine for the Robley Rex VA Medical Center in Louisville, KY. The machine is for the Cardiology Department in the new hospital and needs to perform various cardiac tests, including 2D/Transthoracic Echo (TTE), Transesophageal Echo (TEE), Dobutamine Stress Echo, Stress Echo, and Pericardial Effusion testing. Key technical requirements include a minimum 21-inch active screen size, 3 split screens, 1 TB image storage, 60 minutes of battery life, and specific dimensions and weight. The system must support numerous scanning modes, Doppler displays, advanced control panel features, and various analysis packages. It also requires specific transducers with defined frequency ranges. Advanced features include MRI and ultrasound image compatibility, 3D needle tracking, and image storage. Security and connectivity requirements specify an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility, and wireless connectivity. The RFP also details requirements for on-site clinical and biomedical technician training, a minimum one-year warranty, and the provision of operator and service manuals. Vendors must also provide product brochures, technical specification sheets, and support information.
The Robley Rex VA Medical Center (RRVAMC) requires one high-quality, cost-effective ultrasonic scanning system for its new hospital's Cardiology Department. This system will facilitate 2D, Transthoracic Echo (TTE), Transesophageal Echo (TEE), Dobutamine Stress Echo, Stress Echo, and Pericardial Effusion testing. Key technical specifications include a minimum 21-inch screen, 1TB image storage, 60-minute battery life, and various scanning modes like 3D, Image Fusion, and Tissue Harmonic Imaging. The system must also have advanced features such as real-time needle visualization for biopsies, MRI/ultrasound image acceptance, and robust security/connectivity with DICOM and PACS compatibility (VA VistA Imaging, Philips IntelliSpace Cardiovascular, McKesson/Change Healthcare). The RFP mandates on-site clinical applications training for four technologists and four physicians, as well as biomedical technician training. Vendors must provide a one-year warranty covering parts, labor, and PMs, with options for extended warranty and remote diagnostics.
The Robley Rex VAMC / Elizabethtown Clinic is seeking proposals for a Bone Densitometer system, as outlined in this government Request for Proposal (RFP). The system must meet specific technical requirements, including scan times for whole body, AP spine, lateral spine, forearm, and hip, along with minimum patient table load capacity, monitor size, solid-state hard drive storage, active scan area, and maximum system weight. Key features required include a fan beam system, integrated dose reporting, a mobile cart/desk, color printer, auto-generated reports, automatic dose adjustment, various positioning aids, laser crosshair assist, console-aided repositioning, and automatic daily QC. The RFP also details migration, security, and connectivity requirements, such as OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare. Training requirements cover on-site clinical applications training with CME credits and biomedical technician training. Service expectations include VPN/remote access for diagnostics, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value options like extended warranties and post-warranty remote diagnostic programs. The VA has no trade-in units. Required documentation includes product brochures, technical specification sheets, and typical CAD drawings.
The Robley Rex VAMC / Elizabethtown Clinic requires a Bone Densitometer system for its new facility, as outlined in this solicitation. The system must meet specific technical requirements, including scan times for various body parts, patient table capacity, monitor size, storage, active scan area, and maximum weight. Key features such as a fan beam system, integrated dose reporting, mobile cart/desk, UPS battery backup, color printer, and customizable reports with WHO and NHANES reference data are mandatory. The RFP also details migration support, comprehensive security/connectivity requirements like DICOM compatibility, encrypted hard drive, PACS integration (VA VistA Imaging, McKesson/Change Healthcare), wireless connectivity, and Bayer Radimetrics dose monitoring. Training for clinical technologists and biomedical technicians, along with service requirements for VPN/remote access, operator/service manuals, and a one-year warranty, are essential. Added value offerings like extended warranties and scales are preferred but not mandatory. This acquisition supports the clinic's bone density scanning capabilities and adheres to rigorous government standards.
The Robley Rex VAMC / Elizabethtown Clinic is seeking a Bone Densitometer system for its new facility, as outlined in this government Request for Proposal (RFP). The RFP details comprehensive technical requirements, including specific scan times for various body parts, physical dimensions, and operational features like a fan beam system and integrated dose reporting. It also specifies migration requirements, such as project management and technical resources, and stringent security and connectivity standards, including PACS compatibility and encrypted hard drives. Training requirements include on-site clinical applications for technologists with continuing education credits and detailed biomedical technician training. Service expectations cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostics. The proposal also requires various documentation, including a completed pre-procurement assessment form and product brochures. No trade-in units are offered by the VA.
The Robley Rex VAMC in Louisville, KY, is seeking a Bone Densitometer system for its new Elizabethtown clinic. The request outlines detailed technical specifications, including scan times for various body parts, patient table capacity, monitor size, storage, and active scan area. Additional requirements include a fan beam system, integrated dose reporting, a mobile cart, UPS functionality during power outages, a color printer, specific report formats adhering to WHO and NHANES criteria, customizable and auto-generated reports, automatic dose adjustment, various positioning aids, and automatic daily QC. Migration requirements encompass project management and technical support, while security and connectivity needs include an OEM-supported operating system, latest DICOM standards, encrypted hard drive, PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and Bayer Radimetrics dose monitoring compatibility. Training requirements specify on-site clinical applications training for four technologists during go-live and follow-up, with CME credits provided. Biomedical technician training information is to be referenced in the “Instructions to Offers.” Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Preferred
The Robley Rex VAMC is soliciting proposals for digital radiographic systems for its new Elizabethtown Clinic. The facility requires advanced equipment to support patients with limited mobility, perform specialized exams like scoliosis and leg length films, and conduct standard X-rays. Key technical requirements include wireless 14x17 wall and table detectors, additional wireless detectors, and a high-frequency generator. The system must feature an overhead tube mount, tableside controls, a ceiling-mounted in-room monitor, and bucky tracking. Software must support stitching, bone suppression, and dose reduction, while security mandates an OEM-supported OS, encrypted hard drive, and PACS compatibility. Training for technologists and biomedical technicians is essential, with extended warranty and remote diagnostic services preferred as added value. The VA has no trade-in units.
The Robley Rex VAMC is requesting digital radiographic systems (XR RAD) for its new Elizabethtown Clinic to support limited patient mobility, cross-table exams, stitching for scoliosis and leg length, orthopedic exams, and standard X-rays. Key technical requirements include specific wall and table detector configurations (wireless, glassless, capacitor-based, with specified sizes and weights), additional wireless detectors with charging capabilities, and unit physical specifications such as an 80kW generator, 40-150kV voltage range, and a patient table with 600 lbs static load capacity. The system must also feature a high-frequency generator, automatic tube crane, ceiling-mounted in-room monitor, and various movement controls. Software requirements include stitching, bone suppression, dose reduction, and repeat rate tracking. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging and Bayer Radimetrics. Training includes on-site clinical applications for technologists and optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty. Added value considerations include extended warranty and a post-warranty remote diagnostic service program.
The Robley Rex VAMC is seeking proposals for Radiographic Digital Systems for a new clinic in Elizabethtown, KY. The clinic requires advanced imaging capabilities for various exams, including limited patient mobility, cross-table, stitching, and orthopedic studies. Key technical requirements include specific wall and table detector configurations (wireless, glassless, capacitor-based, with defined sizes and bend resistance), a high-frequency generator (minimum 80 kW, 3 phases, 40-150 kV), advanced physical specifications (e.g., maximum pixel size 100 µm, minimum acquisition matrix 3000x3000), and additional features like automatic dose rate control, overhead tube mount, and bucky tracking. The system must also meet detailed software (e.g., stitching, bone suppression, dose reduction) and security/connectivity requirements (OEM-supported OS, encrypted hard drive, PACS compatibility with VA VistA Imaging and Change Healthcare, integration with Bayer Radimetrics). Training for clinical technologists (on-site with CME credits) and biomedical technicians is mandatory. The proposal also outlines service requirements including VPN/remote access, operator and service manuals, and a one-year warranty. Added value offerings are encouraged, such as live video capture, extended warranty, and a bariatric wheelchair.
The Robley Rex VAMC's Elizabethtown Clinic requires comprehensive digital radiographic systems (XR RAD) to support various patient needs, including limited mobility, cross-table exams, scoliosis/leg length stitching, and orthopedic/standard X-rays. Key technical specifications include wireless wall and table detectors (14x17in and 17x17in respectively), two additional wireless 14x17in glassless detectors with a 4-hour battery life and 13-minute charge time, an 80kW generator with 3 phases, 40-150kV voltage range, and an 800mA exposure at 100kV. The system must feature a high-frequency generator with automatic dose rate control, overhead tube mount, tableside controls, ceiling-mounted in-room monitor, and automatic tube crane with protocol-based movement. Workstation requirements include a 24-inch monitor, 50,000 image storage, touchscreen acquisition, and UPS for both acquisition and processing workstations. Software must support stitching, bone suppression, dose reduction, and repeat rate tracking. Connectivity demands include DICOM compliance, PACS compatibility (VA VistA Imaging, Change Healthcare/McKesson), integration with Bayer Radimetrics, and FIPS 140-2/140-3 compliant wireless connectivity. Training involves on-site clinical applications for technologists and detailed biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty covering all parts, labor, and PMs. Preferred added value features include live video capture, extended warranty, post-warranty remote diagnostic service, and a radiographic translucent bariatric wheelchair.
This government file details the technical, training, and service requirements for a Computed Tomography (CT) scanning system for the Robley Rex VAMC's new clinic in Elizabethtown, KY. The RFP specifies a large bore CT scanner capable of fluoroscopy, ablation, CTA, basic cardiac, and PE studies, with minimum technical specifications for slices, gantry aperture, detector width, scan field, slice width, table height and load capacity, and rotation time. It also outlines requirements for advanced applications like CT Fluoroscopy, CT Cardiac, Lung CAD, CT Colonoscopy, and Vascular imaging. Critical security and connectivity features include OEM-supported OS, encrypted hard drives, and PACS compatibility with VA VistA Imaging and McKesson/Change Healthcare. Training requirements cover on-site and off-site clinical applications for technologists and physicians, with CME credits, and biomedical technician training. Service expectations include VPN/remote diagnostics, comprehensive manuals, and a minimum one-year warranty with PMs. Vendors are encouraged to offer added value such as extended warranties and remote diagnostic programs, and must provide detailed documentation including pre-procurement forms, MDS2, FIPS certification, product brochures, and typical CAD drawings.
The Robley Rex VAMC requires a Computed Tomography (CT) scanning system for its new Elizabethtown CBOC clinic. The Request for Proposal (RFP) outlines technical specifications including a large bore (greater than 80cm), 160 simultaneous slices, and a minimum gantry aperture of 80cm. The system must support advanced applications like CT fluoroscopy, cardiac, and vascular studies, with specific requirements for independent operation, dual energy imaging, and dose display. Workstation requirements include minimum 22-inch monitors and 1TB hard drives, both with UPS. Security demands OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging and other systems. Training involves on-site clinical applications for technologists and physicians, with continuing education credits, and optional off-site biomedical technician training. Service requirements mandate VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred
The VA Loma Linda Healthcare System requires three portable Philips Healthcare Ultrasound System 5500CV units for its Cardiology department. These systems will be used for urgent and Point of Care (POC) echocardiography, needing advanced 2D, 3D, Color Flow Doppler, Tissue Doppler Analysis, and Strain Quantification capabilities. Key technical specifications include a minimum 15-inch screen, 150-minute battery life, and various scanning and Doppler modes. The units must also feature a touchscreen control panel, image annotation, and connectivity to VA networks with FIPS 140-2/3 compliance. The request outlines specific training requirements for clinical staff and biomedical technicians, a one-year warranty, and options for remote diagnostics. The VA also offers three Philips CX50 ultrasound systems for trade-in. Vendors must provide detailed documentation, including product brochures, technical specifications, and security certifications.
The VA Loma Linda Healthcare System requires three portable Ultrasound systems for its Cardiology section to perform urgent or Point of Care (POC) echocardiography. These systems must support high-level 2D, 3D, Color Flow Doppler, Tissue Doppler Analysis, and Strain Quantification, including Tricuspid Annular Plane Systolic Excursion (TAPSE). Key technical specifications include a minimum 15-inch screen, 1TB image storage, 150-minute battery life, and specific dimensions for portability. Required scanning modes cover 2D, M-Mode, Pulsed Wave Doppler, and Tissue Harmonic Imaging. Analysis packages must include vascular and cardiovascular clinical applications. The RFP also mandates specific transducers, security features like DICOM compatibility and encrypted hard drives, and on-site clinical training for 20 personnel, plus biomedical technician training. Service requirements include VPN/remote access, operator/service manuals, and a one-year warranty. Optional added value includes extended warranties and Cerner CareAware MultiMedia compatibility. Vendors must submit detailed documentation, including product brochures, technical specifications, and security certifications. Trade-in options for existing Philips CX50 units are also part of the request.
The VA Loma Linda Healthcare System requires three portable ultrasound systems for its Cardiology department. These systems will be used for urgent and Point of Care (POC) echocardiography imaging, needing advanced capabilities such as 2D, 3D, Color Flow Doppler, Tissue Doppler Analysis, and Strain Quantification. Key technical specifications include a 15-inch minimum screen, 1TB minimum image storage, 150-minute minimum battery life, and various scanning modes like M-Mode, Pulsed Wave Doppler, and Contrast Enhanced Ultrasound. The systems must also feature specific analysis packages for vascular and cardiovascular clinical applications, and come with phased array and linear array probes. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and wireless connectivity with FIPS 140-2 or FIPS-3 compliance. Training for clinical staff and biomedical technicians, a minimum one-year warranty, and remote diagnostic services are also mandated. The VA Loma Linda Healthcare System is offering trade-in for three Philips CX50 ultrasound machines.
VA Loma Linda Healthcare System seeks three portable ultrasound systems for its Cardiology department. These systems must support urgent and Point of Care (POC) echocardiography, offering high-level 2D, 3D, Color Flow Doppler, Tissue Doppler Analysis, and Strain Quantification. Key technical requirements include a minimum 15-inch screen, 1TB image storage, 150-minute battery life, and specific scanning modes like 2D, M-Mode, and various Dopplers. The systems must also feature a touchscreen control panel, image annotation, one-button optimization, and security features such as an OEM-supported OS, DICOM compatibility, and wireless connectivity with FIPS 140-2/3 compliance. Training requirements include on-site clinical training for 20 staff members and detailed biomedical technician training. Vendors must provide a one-year warranty covering parts, labor, and PMs, with options for extended warranty and remote diagnostic service. Trade-in is offered for three Philips CX50 ultrasound systems.
The Jerry L. Pettis VA Medical Center in Loma Linda, CA, is seeking proposals for new Radiographic/Fluoroscopic (R/F) Systems, specifically a vascular hybrid room, to replace an outdated and unsupported system. The new system aims to enhance patient and occupational radiation safety, reduce operative times, improve image quality for endovascular procedures, and ensure cybersecurity. Key technical requirements include specific anode and assembly heat storage, focal isocenter distance, heat dissipation rates, and advanced imaging capabilities like single-plane configuration, ultra-low dosage 3D image capture, and 3D reconstruction. The RFP also details requirements for X-ray and fluoroscopic specifications, computed tomography, general software and hardware, workstation displays, C-arm specifications, and capabilities for catheterization/electrophysiology, vascular, and cardiothoracic surgeries. Training for clinical staff and biomedical technicians, along with service requirements such as remote diagnostics, operator/service manuals, and a one-year warranty, are mandatory. The VA is also offering a Philips Allura XPER FD20 system for trade-in. Vendors are encouraged to propose added-value offerings for service, warranty, and training.
The VA Loma Linda is requesting a new vascular hybrid operating system (XR HYBRID) to replace an outdated, unsupported system. This acquisition aims to enhance patient care by lowering radiation exposure, shortening operative times, and providing superior image quality for endovascular and hybrid surgical procedures. The new system will improve Veteran access to reliable care, reduce cybersecurity risks, and align with VA healthcare delivery and technology standards. Key technical requirements include specific anode/assembly heat storage, focal isocenter distance, imaging acquisition rates, and detector specifications. The system also requires advanced CT capabilities, comprehensive software for 3D reconstruction and dose reduction, and robust hardware including a bi-directional intercom and UPS. Training for clinical staff and biomedical technicians, along with a one-year warranty and remote diagnostic services, are mandatory. Preferred "added value" features include extended warranties, compatibility with Cerner CareAware MultiMedia (CAMM) and DynaCT, and integrated wireless ultrasound probes. The procurement also includes a trade-in of an operational Philips Allura XPER FD20 system.
The Jerry L. Pettis VA Medical Center in Loma Linda, CA, is seeking a new Radiographic / Fluoroscopic (R/F) Hybrid OR System to replace an outdated, unsupported system. This Request for Proposal (RFP) outlines extensive technical requirements for the new system, including detailed specifications for physical dimensions, X-ray and fluoroscopic capabilities, computed tomography, software, hardware, workstation setup, C-arm features, catheterization/electrophysiology, vascular surgery, and cardiothoracic surgery. The system must enhance image quality, lower radiation exposure, shorten operative times, and improve Veteran access to endovascular and hybrid surgical care, while also mitigating cybersecurity risks posed by the current system. The RFP also details requirements for training (clinical and biomedical), service, warranty, and connectivity, including PACS compatibility. The VA is offering a Philips Allura XPER FD20 as a trade-in. Turnkey installation services are required, encompassing site preparation, support structure installation, and coordination with existing utilities. Vendors are encouraged to propose added value offerings, such as extended warranties and ongoing post-implementation support.
The VA Loma Linda is requesting proposals for a new vascular hybrid operating room system (XR HYBRID) to replace an outdated, unsupported system. The new system must enhance patient and occupational radiation safety, shorten operative times, provide excellent image quality for endovascular procedures, and improve Veteran access to care. Key technical requirements include specific focal isocenter distance, image acquisition and generation rates, detector size and rotation, patient table load capacity, and field of view. The system must also have advanced X-ray and fluoroscopic capabilities, CT specifications for dose reduction, and various software features like 3D reconstruction and dose reduction. Hardware requirements include a bi-directional intercom, DVD/CD burning capability, UPS, and in-room angiography control. Workstation and C-arm specifications are detailed, along with capabilities for catheterization, vascular surgery, and cardiothoracic surgery. The RFP also outlines critical security and connectivity requirements, extensive clinical and biomedical technician training, and service requirements including remote diagnostics and a one-year warranty. Turnkey installation services are required, and the VA offers a Philips Allura XPER FD20 for trade-in. Preferred added-value specifications are also listed, such as an extended warranty and compatibility with other VA systems.
This government file outlines the detailed requirements for the procurement of an ultrasonic system for the Sacramento VA Medical Center's Cardiology Department. The solicitation specifies technical requirements for the unit's physical specifications, various scanning modes (2D, 3D, 4D, Doppler), control panel features, and additional functionalities like panoramic mode and image annotation. It also details required analysis packages for different clinical specialties and specific transducer types. Connectivity and security requirements include OEM-supported OS, encrypted hard drive, and PACS compatibility. The document mandates comprehensive training for technologists and physicians, and outlines service requirements such as remote diagnostics and provision of manuals. Preferred "added value" features and required supporting documentation are also listed. A trade-in for an existing Philips Healthcare CX50 ultrasound unit is also noted.
The Sacramento VA Medical Center Cardiology Department requires one ultrasonic scanning system for echo studies and point-of-care exams. Key technical requirements include a minimum 15-inch screen, 512GB image storage, 30-minute battery life, and specific dimensions (45x20x20 inches, 140 lbs max). The system must support 2D, 3D, 4D, M-Mode, Doppler, and contrast imaging, along with various Doppler displays and control panel features like a physical keyboard and touchscreen. Additional specifications include panoramic mode, image annotation, PACS compatibility, and specific analysis packages (procedural, abdominal, cardiovascular, echocardiography, etc.). Three transducers are required: a linear (12-3 MHz), a phased array sector (5-1 MHz), and a non-imaging continuous wave transducer (2 MHz). Security mandates an OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training includes on-site clinical applications for 8 technologists and 8 physicians, with CME credits for technologists, and optional off-site biomedical technician training. A one-year warranty covering parts, labor, and PMs is mandatory, with options for extended warranty and post-warranty remote diagnostics. Trade-in of a Philips Healthcare CX50 (SGO1700012) is offered, with vendors accepting it “as is” if ePHI sanitization compromises the OS/software.
The Sacramento VA Medical Center Cardiology Department requires one ultrasonic system for echo studies and point-of-care patient exams. The RFP details extensive technical specifications, including minimum screen size (15 inches), image storage (512 GB), battery life (30 minutes), and various scanning and Doppler modes. The system must support advanced features like panoramic mode, image annotation, and strain-based elastography. Connectivity requirements include OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips Cardiology PACS ISCV. Training for technologists and physicians, along with biomedical technician training, is mandatory. Service requirements involve VPN/remote access for diagnostics, operator/service manuals, and a one-year warranty. Vendors are encouraged to offer added value such as extended warranties. A Philips Healthcare North America CX50 ultrasound is available for trade-in. The compliance matrix emphasizes strict adherence to formatting and content, with responses limited to 'exceeds,' 'meets,' 'partially meets,' or 'does not meet' for each specification.
The Sacramento VA Medical Center Cardiology Department requires one ultrasonic scanning system for echo studies and point-of-care exams. The system must meet specific technical requirements, including a minimum 15-inch screen, 10-inch active screen, two split screens, three transducer ports, 512 GB image storage, and 30 minutes of battery life, with maximum dimensions of 45x20x20 inches and a weight of 145 lbs. It needs various scanning modes (2D, 3D, Doppler, etc.), Doppler displays, and control panel features (physical keyboard, touchscreen, printer). Additional specifications include panoramic mode, image annotation, auto optimization, PACS compatibility, and specific analysis packages. Three transducers are required: a linear (12-3 MHz), a phased array sector (1-5 MHz), and a non-imaging continuous wave (2 MHz). Security features must include an OEM-supported OS, DICOM, encrypted hard drive, and wireless connectivity. Training for eight technologists and eight physicians is mandatory, with CME credits provided. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty, post-warranty remote diagnostics, and advanced imaging features. A Philips Healthcare CX50 (Serial SGO1700012) is available for trade-in.
This government Request for Proposal (RFP) outlines the technical, training, and service requirements for an ultrasonic point-of-care system for the Sacramento VA Medical Center. The Cardiology, Interventional Radiology, and Vascular departments will use the system. Key technical specifications include display size, screen rotation and tilting, transducer ports, image storage, battery life, and various scanning and Doppler modes. The RFP also details requirements for control panels, additional features like image annotation and optimization, and analysis packages for various clinical specialties. Transducer types and frequency ranges are specified. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA, Philips IntelliSpace, Compass Router), DICOM standards, wireless connectivity with FIPS compliance, and integration with dose tracking systems. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits. Biomedical technician training information is also requested. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty with included preventative maintenance. Vendors are encouraged to propose added value such as extended warranties, post-warranty remote diagnostic programs, and robust support structures. The RFP also lists required documentation and details a Philips Healthcare CX50 ultrasound system available for trade-in.
The Sacramento VA Medical Center requires one point-of-care ultrasonic scanning system for Cardiology, Interventional Radiology, and Vascular services. The system must meet specific technical requirements, including a 20-inch clinical display, 128GB image storage, and 120 minutes of battery life, with a maximum weight of 130 lbs. It must support various scanning and Doppler modes, feature a touchscreen control panel, and offer advanced functionalities like image annotation, optimization, and PACS compatibility (VA VistA Imaging, Philips IntelliSpace, Compass Router). The RFP details required transducers, security features like an encrypted hard drive, and specific training for technologists and physicians. Vendors must provide a one-year warranty, operator and service manuals, and offer remote diagnostic services. Additional value is given for extended warranties or transducer drop resistance. The facility has a Philips Healthcare CX50 available for trade-in.
The Sacramento VA Medical Center Cardiology department seeks a point-of-care ultrasound system. The Request for Proposal (RFP) details extensive technical specifications, including minimum screen size, rotation, tilting, transducer ports, image storage, battery life, and maximum dimensions/weight. Required scanning modes, Doppler displays, control panel features, additional specifications like image annotation and needle enhancement, and various analysis packages are also outlined. The RFP specifies three types of transducers with defined frequency ranges and mandates advanced features such as image storage and comprehensive security/connectivity requirements, including PACS compatibility and FIPS compliance. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits, and detailed biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty with PMs. Vendors are encouraged to offer added value like extended warranties and post-warranty remote diagnostics. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical sheets, and typical drawings. A Philips Healthcare CX50 ultrasound system is available for trade-in. The document emphasizes strict adherence to the compliance matrix format and provides detailed instructions for vendor responses and supporting documentation.
The Sacramento VA Medical Center requires a new point-of-care ultrasonic scanning system for Cardiology, Interventional Radiology, and Vascular services in the Cath Lab. The technical requirements specify a unit with a minimum 20-inch clinical display, 128GB image storage, 60-minute battery life, and various scanning and Doppler modes, including 2D, Navigation Software, and Pulsed Wave Doppler. The system must also feature a touchscreen control panel, image annotation, and programmable protocols. Three transducers are required: two linear (12-3 MHz and 19-5 MHz) and one phased array (5-1 MHz). Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS integration (VA VistA Imaging, Philips IntelliSpace PACS, Compass Router), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training for 8 technologists and 8 physicians on-site is mandatory, with CME credits for technologists. Biomedical technician training is also required, with off-site options. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Added value considerations include extended warranty, post-warranty remote diagnostics, and transducers that can withstand a 1-meter drop. The facility also has a Philips Healthcare CX50 (Serial SG62000034) available for trade-in.
The Lt. Col. Luke Weathers, Jr. VA Medical Center-Millington CBOC is soliciting proposals for a dedicated universal arm imaging system, specifically digital radiographic systems (V09). The request outlines detailed technical specifications, including a fixed 17x17 wall detector, a 50 kW generator, and a minimum 24-inch acquisition workstation monitor with a 500GB hard drive. Essential features include advanced image processing, auto stitching, and PACS compatibility (VA VistA Imaging and Change Healthcare Technologies, LLC RelayHealth). The RFP mandates on-site clinical training for technologists, biomedical technician training, and a one-year manufacturer's warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic services. Required documentation includes product brochures, technical specification sheets, and FIPS 140-2 or 140-3 certification.
The Lt. Col. Luke Weathers, Jr. Memphis VA Medical Center requires a digital radiographic universal arm imaging system for its Millington CBOC. Key technical specifications include a fixed 17x17-inch wall detector, floor-mounted tube, automatic exposure control, and a 24-inch touchscreen acquisition workstation with a 500GB hard drive. Software must support advanced image processing, stitching, and dose reduction. Connectivity requires an OEM-supported OS, DICOM compliance, wireless VA network compatibility (802.11b/g/n, FIPS 140-2/3), encrypted hard drive, and PACS compatibility with Change Healthcare Technologies and VA VistA Imaging. Training includes on-site clinical application for five technologists and optional off-site biomedical technician training. Service mandates vendor VPN/remote diagnostics, one-year parts and labor warranty with PMs, and provision of operator and service manuals. Added value offerings like extended warranty and post-warranty remote diagnostics are preferred.
The Central Alabama Veterans Healthcare System in Tuskegee, AL, is seeking one mobile digital radiographic C-arm unit for surgical pain management. The RFP specifies detailed technical requirements, including flat panel detector imaging, minimum detector size of 31 cm, and various ranges of motion (orbital, pivot, panning, horizontal, vertical). Additional specifications cover image magnification, consistent field of view, tube head controls, foot pedal, and advanced applications like Digital Subtraction Angiography (DSA) and orthopedic tools. The unit must have robust security features, including an OEM-supported operating system, encrypted hard drive, and PACS compatibility (VA VistA Imaging and Philips Vue Pacs). Training requirements include on-site clinical applications training for technologists and biomedical technician training. Service requirements mandate VPN/remote access for diagnostics, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings and provide comprehensive documentation, including technical specifications and support information.
The Central Alabama Veterans Healthcare System in Tuskegee, AL, requires one digital radiographic mobile C-arm unit for surgical pain management. The RFP details extensive technical specifications, including a flat panel detector, minimum 31cm detector size, 2.7 lp/mm resolution, and specific ranges of motion. Additional features like image magnification, consistent field of view, low-profile tube housing, and various software capabilities are mandatory. Advanced applications such as Digital Subtraction Angiography (DSA) and specialized orthopedic tools are also required. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for technologists and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The VA has no trade-in units available.
The Central Alabama Veterans Healthcare System's Tuskegee Radiology Department is soliciting proposals for one digital radiographic mobile C-arm unit. The Request for Proposal (RFP) outlines detailed technical specifications, including a flat panel detector, minimum detector size of 31 cm, and maximum spatial resolution of 2.7 lp/mm. The unit must have extensive range of motion capabilities, a minimum generator output of 15kW, and a 32-inch monitor. Additional required features include image magnification, consistent field of view, tube head controls, and various software capabilities like automatic video playback and user-configurable dose warnings. The RFP also specifies advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging tools. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips Vue Pacs. Training requirements cover on-site clinical applications for technologists and biomedical technician training. Service requirements mandate VPN/remote access, operator and service manuals, and a one-year warranty. The VA has no trade-in units. Preferred, but not required, specifications include additional warranty years and a post-warranty remote diagnostic service program.
The Central Alabama Veterans Healthcare System's Tuskegee Radiology Department requires one digital radiographic mobile C-arm unit for surgical pain management. Key technical specifications include a flat panel detector (31 cm minimum), 2.7lp/mm spatial resolution, and extensive range of motion (e.g., 129 deg orbital rotation, 360 deg panning). The unit must have a 15kW generator, 32-inch monitor, and storage for 40,000 images. Additional features include image magnification, consistent field of view, tube head controls, and a wired foot pedal. Advanced applications like Digital Subtraction Angiography (DSA), pulsed cine, roadmap technology, and orthopedic tools are mandatory. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility, and FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical application training for seven technologists, with continuing education credits, and available off-site biomedical technician training. Service mandates remote diagnostics via VPN, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred but not required added values include additional warranty years and a post-warranty remote diagnostic service program. The VA has no trade-in units.
The Tennessee Valley Healthcare System in Nashville requires a new cardiac ultrasound system for its Catheterization Laboratory. The primary purpose is to replace an End-of-Life Siemens Acuson SC2000, ensuring compatibility with the Biosense Webster Ngen Carto 3 Ablation Mapping System and the VA network for image transmission. The request details extensive technical specifications, including a minimum 19-inch screen, 60-minute battery life, various scanning and Doppler modes, and specific control panel features. Key requirements also include programmability, PACS compatibility (VA VistA Imaging, Philips Intellispace Cardiology), CartoSound interface, and intracardiac echocardiography capabilities. The system must support TEE and ICE probes and include analysis packages for vascular, cardiovascular, mitral valve, and cardiac 3D quantification. Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, DICOM compliance, and FIPS 140-2/3 compliant wireless connectivity. The VA also offers existing Siemens equipment for trade-in. Vendors must provide clinical and biomedical technician training, including on-site sessions for technologists and physicians, and offer a one-year warranty with parts, labor, and PMs, with options for extended warranty and remote diagnostic services. Additional documentation, such as product brochures and technical specification sheets, is also required.
The Tennessee Valley Healthcare System in Nashville requires a new cardiac ultrasound system for its Catheterization Laboratory, replacing an outdated Siemens Acuson SC2000. The new system must be compatible with the Biosense Webster Ngen Carto 3 Ablation Mapping System and the VA network for image transmission. Key technical requirements include a minimum 19-inch screen, 3 transducer ports, 60-minute battery life, and various scanning and Doppler modes. The system must also have specific control panel features, advanced analysis packages, and a range of transducers. Connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips Intellispace Cardiology. Training for 5 technologists and 2 physicians, a one-year warranty with PMs, and vendor remote diagnostics are mandatory. Optional features like an extended warranty, longer battery life, and Cerner CareAware MultiMedia compatibility are preferred. The VA offers specific Siemens equipment for trade-in, including the old ultrasound system and several transducers.
The Tennessee Valley Healthcare System in Nashville requires a new cardiac ultrasound system for its Catheterization Lab to replace an End-of-Life Siemens Acuson SC2000. The new system must be compatible with the Biosense Webster Ngen Carto 3 Ablation Mapping System and the VA network for electronic image transmission. Key technical requirements include a minimum 19-inch screen, two split screens, three transducer ports, 60 minutes of battery life, various scanning and Doppler modes, and a comprehensive control panel. The system also needs specific analysis packages, transducers, and advanced features like image storage and secure connectivity. Training for clinical staff and biomedical technicians, along with a one-year warranty and remote diagnostics, are mandatory. The VA offers existing Siemens equipment for trade-in, including the current ultrasound system and several transducers. Vendors are encouraged to propose added value options like extended warranties or enhanced battery life.
The Tennessee Valley Healthcare System in Nashville, VA, requires a new cardiac ultrasound system for its Catheterization Laboratory. The replacement system must be compatible with the Biosense Webster Ngen Carto 3 Ablation Mapping System and the VA network for image transmission. Key technical specifications include a minimum 19-inch screen, three transducer ports, 60-minute battery life, various scanning and Doppler modes, and a physical and touchscreen control panel. The system needs to interface with Carto 3 Software Version 8, support ICE procedures, and have PACS compatibility with VA VistA Imaging and Philips Intellispace Cardiology. Training for technologists and physicians, along with biomedical technician training, is mandatory. Service requirements include VPN/remote access for diagnostics, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added-value features like extended warranty, Cerner CareAware MultiMedia compatibility, and enhanced battery life are also desired. The current Siemens Acuson SC2000 cardiac ultrasound and several transducers are available for trade-in.
The VA NY Harbor Healthcare System Manhattan VAMC, Urology Department, is soliciting proposals for a new urology ultrasound system. The department requires one new ultrasound compatible with the Philips UroNav Image-Guided Fusion Biopsy System and the transrectal C41V probe, along with two transperineal (TP) biplane probes for TP biopsy procedures. The Request for Proposal (RFP) details specific technical requirements including physical specifications, scanning modes, Doppler displays, control panel features, additional functionalities like panoramic mode and needle enhancement, and compatibility with existing Philips systems. The RFP also outlines requirements for analysis packages, transducers (specifically transperineal biplane with defined frequency ranges), advanced features such as prostate gland volume computation, security/connectivity standards including DICOM and PACS compatibility, and a FIPS 140-2/3 compliant wireless connection. Training requirements include on-site clinical applications training for physicians covering transperineal biopsy and biomedical technician training. Service requirements cover warranty, remote diagnostics, and provision of manuals. Vendors must also provide specific documentation like a pre-procurement assessment form and MDS2 form.
The VA New Harbor Healthcare System Manhattan VAMC Urology Department requires a new urology ultrasound system, compatible with their existing Philips UroNav system and transrectal C41V probe, due to their current ultrasound reaching end-of-life. The request includes two transperineal (TP) biplane probes to enable TP biopsy procedures. Key technical specifications include a minimum 20-inch active screen, 2 split screens, 180-degree monitor rotation, and 4 transducer ports. The system must support various scanning modes, Doppler displays, and control panel features like a touchscreen and articulating support arm. Essential analysis packages for urology and specific transducers, including transperineal bi-plane probes with defined frequency ranges, are required. Advanced features such as prostate gland volume computation and image storage are necessary. Security and connectivity requirements include an OEM-supported operating system, DICOM compliance, wireless connectivity (FIPS 140-2/FIPS-3 compliant), encrypted hard drive, and PACS compatibility with AGFA and VA VistA Imaging, plus Philips UroNav 4 system compatibility. Training requirements include on-site clinical applications training for physicians and optional off-site biomedical technician training. Service requirements specify a one-year warranty covering parts and labor, PMs, and manufacturer-trained field service representatives. Vendors must provide VPN/remote access capabilities and two copies (electronic and physical) of operator and service manuals. Added value offerings such as extended warranty, post-warranty remote diagnostic service, and a version/platform long-range plan are encouraged. The VA has no trade-in units or ancillary equipment.
The Northport VAMC Radiology department is seeking to purchase a new digital radiographic x-ray system to replace an outdated unit. The Request for Proposal (RFP) details extensive technical, physical, software, security, and training requirements. Key specifications include fixed 17x17 inch wall and table detectors, a minimum 80 kW generator, and advanced imaging software with PACS compatibility (VA VistA Imaging and AGFA). The system must support dose reduction, repeat rate tracking, and provide on-site clinical training for 8 technologists. Service requirements emphasize VPN/remote access for diagnostics, comprehensive manuals, and a one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. A Carestream DRX-Evolution system is available for trade-in. The RFP also mandates specific documentation, including product brochures and technical specification sheets, to ensure a state-of-the-art replacement for general x-ray studies.
This document outlines the requirements for a new digital radiographic (x-ray) system for the Northport VAMC Radiology department, replacing an outdated unit to offer advanced patient treatment. Key technical specifications include a fixed 17x17-inch wall detector, an 80kW generator with a 50V-120V range, and an 800lb static patient table capacity. The system needs a high-frequency generator with automatic dose control, overhead tube mount, and bucky tracking. Workstation requirements specify a 20-inch touchscreen monitor with a 500GB hard drive and UPS. Software must include stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security mandates an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging and AGFA PACS/Dose Monitoring. Training includes on-site clinical applications for technologists with CME credits and optional biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty with parts and labor. Added value considerations include extended warranty and a post-warranty remote diagnostic service program. The proposal also requires various forms, brochures, technical sheets, and support information, with an existing Carestream DRX-Evolution system available for trade-in.
The Northport VAMC Radiology department seeks to purchase and install a new digital radiographic x-ray system to replace an outdated unit. The Request for Proposal (RFP) outlines detailed technical requirements, including specific detector configurations (fixed wall and table, plus one additional wireless), physical specifications (e.g., generator output, spatial resolution, table load capacity), and additional features like a high-frequency generator, overhead tube mount, and bucky tracking. The RFP also specifies workstation, software, and security requirements, emphasizing PACS compatibility and an OEM-supported operating system. Training requirements include on-site clinical applications for technologists (with CME credits) and optional off-site biomedical technician training. Service expectations cover VPN/remote access, operator and service manuals, and a minimum one-year warranty with PMs. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. The RFP also includes a trade-in option for an existing Carestream DRX-Evolution system.
This document outlines the requirements for a new digital radiographic system (XR RAD) for the Northport VAMC Radiology department, replacing an end-of-life x-ray system. The system needs to include specific digital detector configurations for wall and table, an additional wireless detector, and meet detailed physical specifications such as an 80 kW generator, 750 lbs patient table load, and various automatic features. Workstation requirements include a 20-inch touchscreen monitor and 500 GB hard drive with UPS. Software must support stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security and connectivity require an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging and AGFA PACS/Dose Monitoring. Training requirements include on-site clinical applications training for 8 technologists during go-live and follow-up, with CME credits, and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals, and a one-year warranty including parts, labor, and PMs. Added value considerations include extended warranty, post-warranty remote diagnostics, and a version/platform long-range plan. The document also details required documentation and a trade-in for a Carestream DRX-Evolution system.
The Oklahoma City VA Health Care System's Neurology Department is seeking to procure one advanced Ultrasound system, as detailed in RFP 635B50007. The system must meet comprehensive technical specifications, including a minimum 21-inch screen, 170-degree monitor rotation, 180-degree control panel rotation, three transducer ports, 1 TB image storage, 60 minutes of battery life, and specific dimensions and weight. It must support various scanning modes, Doppler displays, and control panel functions, including a touchscreen. Additional features like panoramic mode, multi-modality display, image annotation, and one-button optimization are required. The system needs specific analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, and cardiovascular clinical applications. Transducers with defined frequency ranges are also mandated. Advanced features include a Fusion-Targeted Biopsy System with real-time 3D needle tracking. Security and connectivity requirements specify an OEM-supported operating system, DICOM compatibility, wireless connectivity, and an encrypted hard drive. The vendor must provide on-site clinical training for technologists and physicians, and information on biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty covering all parts, labor, and PMs. Preferred
The Oklahoma City VA Health Care System is seeking to procure one ultrasonic (XR US) scanning system for its Neurology department. The required system must meet specific technical requirements, including a minimum 21-inch screen, 170-degree monitor rotation, 180-degree control panel rotation, three transducer ports, 1 TB image storage, and 60 minutes of battery life. It must support various scanning modes (2D, 3D, M-Mode, Doppler types), Doppler displays (frequency, velocity, power), and include a touchscreen control panel with an articulating arm. Additional features such as panoramic mode, multi-modality display, image annotation, one-button optimization, programmable protocols, and PACS compatibility are also required. The system needs to include specific analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, cardiovascular, cardiac 3D quantification) and a range of transducers with specified frequency ranges. Advanced features like a Fusion-Targeted Biopsy System with real-time 3D needle tracking are mandatory. Security and connectivity requirements include an OEM-supported OS, latest DICOM standards, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), an encrypted hard drive, and VA VistA Imaging PACS compatibility. Training requirements encompass on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information must also be provided. Service requirements include VPN/remote access during and post-warranty, two copies (electronic and physical) of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Optional added value considerations include extended warranties, a post-warranty remote diagnostic service program, and Cerner CareAware MultiMedia compatibility. The VA has no trade-in units or ancillary equipment to offer.
The Oklahoma City VA Health Care System's Echo Cardiology department is seeking a new ultrasound system to replace an end-of-lifecycle unit. The Request for Proposal (RFP) outlines comprehensive technical requirements, including specific physical specifications like a minimum 19-inch screen, 170-degree monitor rotation, and 500GB image storage, along with various scanning modes (2D, 3D, Doppler), control panel features, and analysis packages. The RFP also details required transducers, security and connectivity standards (PACS compatibility, encrypted hard drive), and extensive training for clinical technologists and biomedical technicians. Vendors must provide operator and service manuals, a minimum one-year warranty, and are encouraged to offer added value such as extended warranties or remote diagnostic programs. Preferred specifications include advanced features like a Fusion-Targeted Biopsy System. The document emphasizes adherence to detailed instructions for offer submission and documentation.
The Oklahoma City VA Health Care System's Cardiology department is requesting one ultrasound system to replace an end-of-lifecycle unit. The new system must meet specific technical requirements, including physical specifications (e.g., 19" minimum screen, 170-degree monitor rotation, 3 transducer ports, 500GB image storage, 60-minute battery life, max 76"x30"x50" and 400 lbs), various scanning and Doppler modes, and control panel features like a touchscreen and articulating support arm. Additional specifications include panoramic mode, image annotation, programmable protocols, and PACS compatibility. The system requires specific analysis packages (e.g., procedural, abdominal, vascular) and six types of transducers with defined frequency ranges. Security requirements include an OEM-supported OS, DICOM features, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), an encrypted hard drive, and VA VistA Imaging PACS compatibility. Training for two technologists and one physician, along with biomedical technician training, is mandatory. Service requirements detail VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional
The Oklahoma City VA Health Care System's Cardiology/Vascular department is seeking a versatile ultrasound system to replace an end-of-lifecycle unit. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions, scanning modes (2D, 3D, Doppler), control panel features, and analysis packages (e.g., cardiovascular, vascular). The system must support various transducers with specific frequency ranges. Advanced features like Fusion-Targeted Biopsy and robust security/connectivity requirements, including PACS compatibility and FIPS 140-2/3 compliance, are mandatory. The RFP also specifies training for technologists and physicians, biomedical technician training, and comprehensive service requirements, including remote diagnostics and manuals. Vendors are encouraged to offer added value like extended warranties. Required documentation includes product brochures, technical sheets, and security forms. No trade-in units are available.
The Oklahoma City VA Health Care System's Cardiology/Vascular department requires a new ultrasonic scanning system to replace an end-of-lifecycle unit. The system must provide high-resolution, 4D imaging for precise diagnosis and treatment planning. Technical specifications include a maximum screen size of 24 inches, a minimum of four transducer ports, 1TB image storage, and at least 120 minutes of battery life. Required scanning modes include 2D, 3D, Image Fusion, M-Mode, and various Doppler functions. The control panel needs a physical keyboard, touchscreen, and articulating support arm. The system must also feature panoramic mode, multi-modality display, one-button optimization, and programmable protocols. Five specific transducers are required, along with analysis packages for various clinical areas including cardiovascular. Advanced features include a Fusion-Targeted Biopsy System and robust security/connectivity with DICOM support, wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant), and PACS compatibility. Training requirements include on-site clinical applications training for technologists and physicians, and information on available biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering all parts, labor, and PMs. Preferred added values include an extended warranty, built-in PACS-compatible form, and extended battery life. Vendors must submit various documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The Oklahoma City VA Health Care System (VAHCS) is seeking to procure one Ultrasound system for its Neurology department, as detailed in this Request for Proposal (RFP). The RFP outlines comprehensive technical requirements including physical specifications (e.g., maximum screen size of 24 inches, 4 transducer ports, 1 TB image storage, 60-minute battery life), various scanning modes (2D, 3D, M-Mode, Doppler types), Doppler displays, control panel features (physical keyboard, touchscreen), additional specifications (panoramic mode, image annotation, one-button optimization), and analysis packages (procedural, abdominal, musculoskeletal). It also specifies required transducers with defined frequency ranges and advanced features like a Fusion-Targeted Biopsy System and MRI/ultrasound image acceptance. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, wireless connectivity, and an encrypted hard drive. The RFP mandates clinical training for technologists and physicians, and technical training for biomedical staff. Service requirements cover VPN/remote access, operator/service manuals, and a minimum one-year warranty with parts and labor. Preferred added value features include extended warranty, customizable PACS forms, lighter equipment weight, and longer battery life. Vendors must also provide various documentation, including a pre-procurement assessment form and product brochures. The VA has no trade-in units or ancillary equipment to offer.
The Oklahoma City VA HCS seeks to procure one advanced Ultrasound system for its Neurology department. The required system must meet stringent technical specifications, including physical dimensions, various scanning and Doppler modes (2D, 3D, M-Mode, Pulsed Wave, Continuous Wave, Color Power Doppler), and specific control panel features like a physical keyboard and touchscreen. It must also include advanced analysis packages for areas such as vascular, musculoskeletal, and abdominal applications, alongside specialized transducers. Key advanced features include a Fusion-Targeted Biopsy System capable of integrating MRI and ultrasound images. Security and connectivity requirements mandate an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS 140-2/3 compliance, and an encrypted hard drive. Training is essential, comprising on-site clinical application training for technologists and physicians, and detailed biomedical technician training. Service requirements include VPN/remote access for diagnostics and a one-year manufacturer's warranty covering all parts and labor. Vendors are encouraged to offer added value like extended warranties and improved battery life, though these are not mandatory for consideration.
The Oklahoma City VAHCS is seeking a Digital X-ray machine for its Women's Health Clinic, to be used by the radiology department for screening and diagnostics. The Request for Proposal (RFP) details technical requirements for the system, including a fixed 14" x 17" wall detector and a wireless 14" x 17" table detector weighing a maximum of 10 lbs. Additional specifications include a 65 kW high-frequency generator, overhead tube mount, bucky tracking, and automatic parameter selection. Workstation requirements specify a minimum 22" x 16" monitor and 500 GB hard drive for both acquisition and processing, with UPS for both. Software must include stitching, bone suppression, and dose reduction capabilities, with PACS compatibility and encrypted hard drives. Training requirements cover on-site clinical applications for technologists and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Vendors are encouraged to offer added value such as additional wireless detectors, an extended warranty, and post-warranty remote diagnostic service. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/140-3 certification, product brochures, typical drawings, and technical specification sheets.
The Oklahoma City VAHCS requires a Digital X-ray machine for its Women’s Health Clinic, to be used by the radiology department for screening and diagnostics. The system needs specific technical requirements, including a fixed wall detector (14” x 17”), a wireless table detector (14” x 17”, max 10 lbs), a 65 kW generator, and a patient table with an 881 lbs capacity. Workstations must have 22” x 16” monitors and 500 GB hard drives, with both acquisition and processing workstations requiring UPS and touchscreen capability for acquisition. Software must include stitching, bone suppression, and dose reduction. Security features include an OEM-supported OS, DICOM compliance, FIPS 140-2/3 compliant wireless connectivity, an encrypted hard drive, and PACS compatibility with VA VistA Imaging. Training requirements include on-site clinical applications for technologists (with CMEs) and optional off-site biomedical technician training. Service mandates VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Added value options include an additional wireless detector, protective covers, and an extended warranty. Vendors must provide specific documentation, including a pre-procurement assessment form and MDS2 form.
The Oklahoma City VAHCS is seeking a Digital X-ray machine for its Women's Health Clinic, to be used by the Radiology Department for screening and diagnostics. The Request for Proposal (RFP) outlines detailed technical requirements for the system, including specifications for fixed and wireless digital detectors (14" x 17"), a high-frequency generator (65 kW, 40-150 kVp, 800 mA), and physical unit dimensions. Workstation requirements include minimum monitor sizes (22" x 16") and hard drive capacities (500 GB). Software must support stitching, bone suppression, and dose reduction, with security features like OEM-supported operating systems, encrypted hard drives, and PACS compatibility. The RFP also specifies training for technologists and biomedical technicians, minimum warranty periods, and remote diagnostic services. Vendors are encouraged to propose added value, such as additional wireless detectors and extended warranties.
The Oklahoma City VAHCS requires a Digital X-ray machine for its Women’s Health Clinic, to be used by the radiology department for screening and diagnostics. The system needs specific technical requirements, including fixed wall and wireless table detectors (both 14”x17”), a 65 kW generator, and a 600 lbs patient table load capacity. Additional specifications include a high-frequency generator, overhead tube mount, and dual energy imaging. Workstation and software requirements involve 22”x16” monitors, 500 GB hard drives, stitching, bone suppression, and dose reduction capabilities. Security and connectivity mandate an OEM-supported operating system, DICOM compliance, wireless connectivity (802.11b/g/n, FIPS 140-2/3), encrypted hard drives, and PACS compatibility. The contract includes on-site clinical applications training for technologists and requires vendor provision of service programs, manuals, and a one-year warranty. Optional value-added offerings, like an additional wireless detector and extended warranty, are encouraged. Documentation such as a pre-procurement assessment and MDS2 form are also requested.
The Oklahoma City VAHCS is seeking a 3D digital mammography system for its Women’s Health Clinic, to be used by the Radiology Department for screening and diagnostics to detect breast cancer. The Request for Proposal (RFP) details specific technical requirements, including generator voltage, mAs, and ampere ranges, spatial resolution, focal spot size, SID, tube head rotation, and system dimensions. Workstation requirements specify the number of acquisition workstations, monitor size, and hard disk capacity. Additional specifications include breast tomosynthesis, 3D imaging, a high-frequency generator, AEC detector, rotating anode, density reporting software, acquisition workstation with monitor, rotating arm for the workstation, and computer-aided detection (CAD). The RFP also outlines paddle requirements (sliding standard, implant/small breast, flex, and flexible compression), security/connectivity needs such as OEM-supported OS, DICOM compatibility, HL7 integration, encrypted hard drive, and PACS compatibility (AGFA and VA VistA Imaging). Training requirements cover on-site clinical applications training for technologists and biomedical technician training. Service requirements mandate VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty including parts, labor, and PMs. Vendors are encouraged to offer added value in service, warranty, and training, and must provide specific documentation, including product brochures, technical specification sheets, and typical CAD drawings. No trade-in units are offered, and extended/turnkey installation services are not required, though a site visit for each vendor is mandatory.
The Oklahoma City VAHCS is seeking a 3D digital mammography machine for its Women's Health Clinic, to be used by the radiology department for screening and diagnostics. The requirement outlines detailed technical specifications including generator voltage and mAs ranges, spatial resolution, and focal spot size. Key features include breast tomosynthesis, 3D imaging, a high-frequency generator, AEC detector, rotating anode, and density reporting software. Workstation requirements specify a minimum of one acquisition workstation with a 20-inch monitor and 30GB hard disk. The system must support various compression paddles and meet security/connectivity standards like DICOM, HL7 integration, encrypted hard drives, and PACS compatibility with AGFA and VA VistA Imaging. Training requirements include on-site clinical applications training for technologists and biomedical technician training. Service mandates a one-year warranty, remote diagnostic capabilities via VPN, and provision of operator and service manuals. Preferred added-value specifications include a post-warranty remote diagnostic service program and compatibility with Cerner CareAware MultiMedia Release 7. Vendors must provide specific documentation, and there are no trade-in units.
The Oklahoma City VAHCS is soliciting proposals for a 3D digital mammography system for its Women’s Health Clinic, to be used by the Radiology Department for cancer screening and diagnostics. The Request for Proposal outlines specific technical requirements, including generator voltage, mAs, ampere ranges, spatial resolution, focal spot size, and SID, along with minimum tube head rotation and maximum system dimensions. The system must also include breast tomosynthesis, 3D imaging, a high-frequency generator, AEC detector, rotating anode, and density reporting software. Workstation requirements include minimum acquisition workstations, monitor size, and hard disk size. The RFP details security and connectivity specifications, such as an OEM-supported operating system, DICOM compatibility, HL7 integration, encrypted hard drive, and PACS compatibility with AGFA and VA VistA Imaging. Training requirements specify on-site clinical applications training for technologists, and service requirements mandate VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value services, and the VA has no trade-in units.
The Oklahoma City VAHCS is soliciting proposals for a 3D digital mammography system for its Women’s Health Clinic, to be used by the radiology department for screening and diagnostics. The request outlines detailed technical specifications, including generator voltage, mAs, and ampere ranges, spatial resolution, focal spot size, SID, and tube head rotation, as well as maximum system dimensions. Workstation requirements include a minimum of one acquisition workstation with a 20-inch monitor and a 30GB hard disk. Additional specifications mandate breast tomosynthesis, 3D imaging, a high-frequency generator, AEC detector, rotating anode, density reporting software, an acquisition workstation with a rotating arm, and computer-aided detection (CAD). The system must include standard, implant/small breast, flex, and flexible compression paddles. Security and connectivity requirements specify an OEM-supported operating system, latest DICOM functionalities, HL7 integration, an encrypted hard drive, and compatibility with AGFA PACS and VA VistA Imaging. Training requirements include on-site clinical applications training for three technologists during go-live and follow-up, along with optional off-site biomedical technician training. Service requirements detail VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Preferred
This government file outlines the technical, training, and service requirements for an ultrasound system requested by the Oklahoma City VA HCS Cardiology/Vascular department. The request is for an end-of-lifecycle replacement system capable of high-resolution 4D imaging for cardiac and vascular conditions. Key technical specifications include a 24-inch maximum screen, various scanning modes (2D, 3D, Doppler), and advanced features like image fusion and needle enhancement. The system must also have specific control panel features and analysis packages for different medical areas. Training requirements cover on-site clinical application training for technologists and physicians, with optional off-site biomedical technician training. Service mandates remote diagnostics via VPN, comprehensive manuals, and a one-year warranty with manufacturer-trained service representatives. Preferred added values include extended warranties and PACS-compatible forms. The document also lists required vendor documentation, such as a pre-procurement assessment and MDS2 form.
The Oklahoma City VA Health Care System's Cardiology/Vascular department requires a new ultrasonic scanning system to replace an end-of-lifecycle unit. The system must provide high-resolution 4D imaging for precise diagnosis and treatment planning. Technical specifications include a 24-inch maximum screen, 1TB image storage, 120-minute battery life, and various scanning modes like 2D, 3D, and Doppler. The system also needs a physical keyboard, touchscreen, and articulating support arm. Key analysis packages for cardiovascular, vascular, and abdominal applications are essential. Five transducers with specific frequency ranges are required. Advanced features like a Fusion-Targeted Biopsy System compatible with MRI and real-time needle tracking are necessary. Security features include an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS 140-2/3 compliance, and an encrypted hard drive. Training for five technologists and one physician, along with biomedical technician training, is mandatory. The vendor must provide VPN/remote access for service, two copies of operator and service manuals, and a one-year warranty covering all parts and labor, including PMs.
The Oklahoma City, OK VAHCS Cardiology/Vascular department is seeking proposals for a new ultrasound system to replace an end-of-lifecycle unit. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions, scanning modes (2D, M-Mode, Doppler variations), Doppler displays, control panel features (physical and touchscreen keyboard), and additional functionalities like panoramic mode and one-button optimization. The system must also include various analysis packages (procedural, abdominal, vascular, cardiovascular, etc.) and a range of transducers with specified frequency ranges. Advanced features like a Fusion-Targeted Biopsy System and comprehensive image storage are required. Security and connectivity requirements mandate an OEM-supported operating system, DICOM compatibility, wireless connectivity, and an encrypted hard drive. The RFP also specifies training requirements for clinical technologists and physicians, and biomedical technicians. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and preventative maintenance. Vendors are encouraged to propose added value offerings such as extended warranties and additional PACS-compatible features, and must submit specific documentation including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets. The VA has no trade-in units or ancillary equipment to offer.
The Oklahoma City VA Medical Center's Cardiology/Vascular department is seeking one ultrasound system to replace an end-of-lifecycle unit. The system must provide high-resolution, 4D images for precise diagnosis and treatment planning. Technical specifications include a maximum screen size of 24 inches, a minimum of four transducer ports, 1 TB of image storage, and 120 minutes of battery life. Required scanning modes include 2D, M-Mode, and various Doppler displays. The control panel needs a physical keyboard, touchscreen, and articulating support arm. The system must also have analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, obstetric, breast, and cardiovascular clinical applications. Five specific transducers with defined frequency ranges are required. Advanced features include a Fusion-Targeted Biopsy System capable of accepting MRI and ultrasound images, real-time 3D needle tracking, and image storage. Security requirements include an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS 140-2/3 compliance, an encrypted hard drive, and PACS compatibility. Training for five technologists and one physician, along with biomedical technician training, is mandatory. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added-value features include an extended warranty, PACS-compatible forms, offline patient worklist creation, extended battery life, and 3D freehand imaging. The VA has no trade-in units or ancillary equipment.
The Oklahoma City VAHCS is seeking a mobile mini-C-arm for orthopedic surgery at its new North Portland clinic. The Request for Proposal (RFP) outlines detailed technical specifications including a flat panel detector, specific ranges of motion, a minimum monitor size of 20 inches, and a capacity for 5000 images. Additional requirements include tube head controls, a wireless foot pedal, automatic video playback, low-dose settings, and a touchscreen monitor. The unit must also feature OEM-supported operating systems, an encrypted hard drive, and PACS compatibility with VA VistA Imaging. Vendors must provide clinical and biomedical technician training details, offer VPN/remote access for diagnostics, and supply operator and service manuals. A one-year warranty covering parts, labor, and manufacturer-required PMs is mandatory. The RFP also lists preferred "added value" specifications and requires comprehensive documentation, including technical sheets and security certifications. There are no trade-in units available.
The Oklahoma City VAHCS is seeking a mobile mini-C-arm for its North Portland clinic's surgery department, specifically for orthopedic applications. The required unit must be a mobile R/F type with a flat panel detector, 10 lp/mm maximum spatial resolution, and specific ranges of motion for orbital, pivot, and panning rotations, as well as horizontal and vertical travel. Key features include a flat surface beneath the detector, wireless foot pedal, integrated keyboard, motion/metal detection, automatic video playback, low dose settings, and a touchscreen monitor with multi-directional movement. Connectivity requirements specify an OEM-supported OS, latest DICOM standards, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. The solicitation also outlines mandatory clinical and biomedical technician training, vendor-provided remote diagnostic service during and after warranty, and comprehensive documentation including operator and service manuals. A one-year warranty covering parts, labor, and PMs is required. Preferred
The VA NWIHCS-Omaha Radiology Department is requesting a new Computed Tomography (CT) scanner for its Omaha campus to perform diagnostic imaging, CT-guided interventional radiology, and cardiac imaging for veterans. The facility requires a CT scanner with specific technical specifications, including a minimum of 128 slices, an 80 cm gantry aperture, and advanced features like Dual Energy Imaging, iterative reconstruction, and ECG-gated scanning. The request also outlines workstation, security, connectivity, training, and service requirements, emphasizing compatibility with existing VA systems like VistA Imaging and PACS. Vendors are encouraged to propose added value offerings beyond the minimum requirements, such as extended warranties and faster rotation times. The document also details trade-in equipment, including an operational Siemens Healthcare Inc. SOMATOM DEFINITION AS CT scanner and Bayer Healthcare LLC contrast injector and workstation.
The NWIHCS Imaging Service in Omaha, NE, is requesting one Computed Tomography (CT) scanner for diagnostic imaging, interventional radiology, and cardiac imaging for veterans. Key technical requirements include a minimum of 128 slices, an 80cm gantry aperture, and a 500lb patient table capacity. The scanner must feature high-resolution imaging (1024x1024 matrix), dual-energy imaging with dose reduction and iodine mapping, multiple axial slices for needle tracking, and automated dose regulation. Workstation requirements include a 19-inch monitor and a UPS. Advanced applications like CT Fluoroscopy with needle guidance and CT Cardiac are essential. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drives, and integration with VA VistA Imaging, Visage PACS, AGFA Dose Tracking, and Tera Recon Advanced Visualization. Training is required for four technologists and two physicians on-site, with CE credits for technologists. The vendor must provide a one-year warranty, service manuals, and remote diagnostics via VPN. Optional added value includes extended warranties, faster rotation times, and real-time image reconstruction. The RFP also details trade-in equipment, including a Siemens SOMATOM DEFINITION AS CT scanner and Bayer Healthcare contrast injector and workstation.
The VA NWIHCS-Omaha Radiology Department is requesting one Computed Tomography (CT) scanner for its Omaha campus to perform diagnostic imaging, CT-guided interventional radiology, and cardiac imaging for veteran outpatients, inpatients, and emergency room patients. The Request for Proposal (RFP) details extensive technical specifications for the CT unit, including minimum slices, gantry aperture, detector width, scan field of view, reconstructed slice width, low-contrast resolution, table load capacity, height range, rotation time, scannable range, cooling, and kVp range. Additional features such as high-resolution imaging, dual-energy capabilities, dose reduction and reporting, automatic bone removal, ECG-gated CCTA, and metallic artifact reduction software are required. Workstation and advanced application requirements, including CT fluoroscopy and cardiac CT, are also specified. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA Imaging, Visage), and integration with dose tracking (AGFA) and advanced visualization systems (Tera Recon). The RFP also outlines comprehensive training requirements for technologists and physicians, and service requirements covering VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added-value offerings such as extended warranties, post-warranty remote diagnostics, real-time image reconstruction, 24/7 clinical applications support, and faster rotation and reconstruction times. The facility is offering a Siemens Healthcare Inc. SOMATOM DEFINITION AS CT scanner, a Bayer Healthcare LLC Stellant Flex Contrast Injector, and a Bayer Healthcare LLC Workstation for trade-in.
NWIHCS Imaging Service seeks one CT scanner for the VA NWIHCS-Omaha facility, located at 4101 Woolworth Ave, Room 1521, Building 25. The scanner must provide optimal imaging at the lowest possible dose for diagnostic, CT-guided interventional radiology, and cardiac procedures for veterans. Key technical requirements include a minimum of 128 slices, an 80cm gantry aperture, and advanced features like dual-energy imaging, automatic bone removal, and AI iterative reconstruction. The system needs a 19-inch acquisition workstation monitor, CT fluoroscopy, cardiac applications, and integration with VA VistA Imaging, Visage PACS, and AGFA Dose Tracking. Training for 4 technologists and 2 physicians, along with biomedical technician training, is required. The vendor must provide VPN/remote access for service, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. Preferred added value includes extended warranty, post-warranty remote diagnostics, real-time image reconstruction, and a 24/7 clinical applications support line. A Siemens SOMATOM DEFINITION AS CT scanner and Bayer Healthcare contrast injector and workstation are available for trade-in.
The VA NWIHCS-Omaha is soliciting proposals for a Computed Tomography (CT) scanner for its Radiology department at 4101 Woolworth Ave, Omaha, NE 68105, Room # 1520 in Building 25. The facility requires a CT scanner capable of delivering high-quality imaging at the lowest possible dose for standard diagnostic and cardiac imaging, serving outpatients, inpatients, and emergency room patients. Key technical specifications include a minimum of 128 slices, 80 cm gantry aperture, and 0.5 mm detector width z-axis. The system must support advanced features like dual-energy imaging with dose reduction, iterative reconstruction, and comprehensive cardiac imaging capabilities (CCTA, ECG monitoring). Workstation requirements include a minimum 19-inch monitor and a UPS. Security and connectivity demand an OEM-supported OS, encrypted hard drive, and compatibility with VA VistA Imaging, Visage PACS, and AGFA Dose Tracking System. Training for 4 technologists and 2 physicians is required, with CME credits. Service includes VPN/remote access, operator/service manuals, and a one-year warranty. Preferred added values include an extended warranty, real-time image reconstruction, and 24/7 clinical applications support. The VA also has a Siemens Healthcare Inc. SOMATOM DEFINITION AS CT scanner, a Bayer Healthcare LLC Stellant Flex injector, and a Bayer Healthcare LLC Stellant Flex workstation available for trade-in.
The NWIHCS Imaging Service in Omaha, NE, is soliciting proposals for one Computed Tomography (CT) scanner to enhance diagnostic and cardiac imaging for veterans. The facility requires a CT scanner with specific technical requirements, including a minimum of 128 slices, an 80 cm gantry aperture, and a 500 lbs patient table load capacity. The system must support high-resolution imaging, dual-energy capabilities, dose reduction features, and advanced applications like CT Cardiac. Key requirements also include a Medrad contrast injector, UPS for the system and workstation, and HL7/DICOM integration. Training for technologists and physicians, along with biomedical technician training, is mandatory. The vendor must provide a one-year warranty, remote diagnostic services, and comprehensive manuals. The RFP encourages additional value offerings such as extended warranties and faster rotation times. The VA also has existing equipment, including a Siemens SOMATOM DEFINITION AS CT scanner and Bayer Healthcare LLC injectors and workstations, available for trade-in.
The VA NWIHCS-Omaha Radiology Department is seeking a new Computed Tomography (CT) scanner for its Omaha campus to perform standard diagnostic and cardiac imaging for veteran outpatients, inpatients, and emergency room patients. The Request for Proposal (RFP) specifies detailed technical requirements, including a minimum of 128 slices, an 80 cm gantry aperture, and advanced features such as dual-energy imaging, AI iterative reconstruction, and various dose reduction capabilities. The system must also meet workstation, advanced application, and security/connectivity requirements, including PACS compatibility and encrypted hard drives. Training for technologists and physicians is mandatory, along with comprehensive service requirements like VPN/remote access, operator/service manuals, and a one-year warranty. The VA is also offering several pieces of ancillary equipment for trade-in, including a Siemens Healthcare Inc. SOMATOM DEFINITION AS CT scanner and Bayer Healthcare LLC Stellant Flex injectors and workstations.
The NWIHCS Imaging Service at VA NWIHCS-Omaha is requesting a Computed Tomography (CT) scanner for its Omaha campus to perform standard diagnostic and cardiac imaging for veteran outpatients, inpatients, and emergency room patients. Key technical requirements include a minimum of 128 slices, an 80 cm gantry aperture, and a 0.35-second 360° rotation time. The scanner must support advanced features like high-resolution imaging, dual-energy imaging with dose reduction, ECG-gated coronary CCTA, and metallic artifact reduction software. Workstation requirements specify a minimum 19-inch monitor and a UPS. Advanced applications include CT Cardiac and integration with third-party visualization systems. Connectivity requirements ensure OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, Visage), wireless connectivity, and integration with AGFA Dose Tracking and Tera Recon Advanced Visualization systems. Training includes on-site clinical applications for technologists and physicians, with continuing education credits. Biomedical technician training information is also required. Service requirements involve VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value specifications include additional warranty, post-warranty remote diagnostics, real-time image reconstruction, faster rotation/reconstruction times, and 24/7 clinical applications support. The facility also has a Siemens SOMATOM DEFINITION AS CT scanner and Bayer Healthcare LLC injector and workstation available for trade-in.
The Department of Veterans Affairs (VA) is requesting proposals for one Computed Tomography (CT) scanner for the VA NWIHCS-Omaha campus. The CT scanner will be used for standard diagnostic imaging and CT-guided interventional radiology procedures for veteran outpatients, inpatients, and emergency room patients. Key technical requirements include a minimum of 128 slices, an 80 cm gantry aperture, and a 0.5 mm detector width. Additional specifications cover dose management features, high-resolution imaging, and advanced applications such as CT Fluoroscopy. The solicitation also outlines workstation requirements, security/connectivity standards (including PACS compatibility), and comprehensive training for technologists and physicians. Vendors must provide a one-year warranty, remote diagnostic services, and various documentation. The VA also has existing CT equipment and ancillary equipment available for trade-in.
NWIHCS Imaging Service seeks a Computed Tomography (CT) scanner for its Omaha campus to perform diagnostic imaging and CT-guided interventional radiology procedures for veterans. The scanner must have a minimum of 128 slices, an 80 cm gantry aperture, and a 500 lbs patient table load capacity. Key technical requirements include high-resolution imaging (1024x1024 matrix), independent operation of table, gantry, and CT fluoroscopy, automatic bone removal, AI iterative reconstruction, and metallic artifact reduction. The system must support HL7 integration and be compatible with VA VistA Imaging, Visage, and AGFA dose tracking. Training for technologists and physicians, along with a one-year warranty, is mandatory. Optional features like an extended warranty and faster rotation times are encouraged. A Canon Medical Systems AQUILION ONE GENESIS 640 CT scanner and a Bayer Healthcare Stellant Flex contrast injector are available for trade-in.
The Department of Veterans Affairs (VA) NWIHCS-Omaha is requesting one Computed Tomography (CT) scanner for its Omaha campus to perform standard diagnostic imaging and CT-guided interventional radiology procedures for veterans. The technical requirements for the CT scanner include a minimum of 128 slices, an 80 cm gantry aperture, and various advanced features such as high-resolution imaging, automatic bone removal, metallic artifact reduction, and the ability to display dose information. The request also specifies workstation and advanced application requirements, including CT fluoroscopy and integration with third-party visualization systems. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and compatibility with VA PACS systems. Training requirements cover on-site clinical applications for technologists and physicians, and the vendor must provide biomedical technician training information. Service requirements detail VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value considerations include extended warranties, faster rotation times, and 24/7 clinical applications support. The VA also has a Canon Medical Systems AQUILION ONE GENESIS 640 CT scanner and a Bayer Healthcare LLC Stellant Flex contrast injector available for trade-in. Vendors are required to submit specific documentation, including a pre-procurement assessment form and technical specification sheets.
The NWIHCS Imaging Service in Omaha, NE, is requesting a new Computed Tomography (CT) scanner for diagnostic imaging and CT-guided interventional radiology procedures for veteran outpatients, inpatients, and emergency room patients. The required CT scanner must have a minimum of 128 slices, an 80 cm gantry aperture, and a 500 lbs patient table load capacity. It also needs advanced features like high-resolution imaging, independent operation of table and gantry from both the exam and control rooms, dose reporting, automatic bone removal, and AI iterative reconstruction. The system must include a Medrad contrast injector, UPS for full functionality during power outages, and various security and connectivity features like PACS compatibility and HL7 integration. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits provided. Vendors must offer a one-year warranty covering parts, labor, and PMs, with remote diagnostics via VPN. Optional added value features are encouraged, such as additional warranty years and faster rotation/reconstruction times. The project also involves trade-in of existing Canon Medical Systems AQUILION ONE GENESIS 640 CT scanner and a Bayer Healthcare LLC Stellant Flex contrast injector.
The Charles George VA Medical Center is seeking proposals for Radiographic/Fluoroscopic (R/F) Systems, specifically for a Hybrid OR. The Request for Proposal (RFP) outlines detailed technical requirements across various categories, including unit physical specifications (e.g., anode heat storage, detector size), X-ray and fluoroscopic capabilities (e.g., IEC compliance, image hold), computed tomography specifications (e.g., independent operation of table/gantry, noise reduction), and general software features (e.g., 3D reconstruction, dose reduction). The RFP also specifies general hardware requirements, workstation needs (e.g., monitor size, storage), C-arm specifications, and capabilities for catheterization, vascular, and cardiothoracic surgeries. Video sources, destinations, required formats, and security/connectivity requirements are also detailed. Vendors must provide compliance information for clinical and biomedical technician training, as well as service requirements including VPN/remote access, operator/service manuals, and a minimum one-year warranty. Added value offerings and other required documentation such as product brochures and technical specification sheets are encouraged. The VA explicitly states no trade-in units or ancillary equipment are offered.
The Western North Carolina Veterans Affairs Health Care System (WNC VA HCS) requires vascular hybrid OR equipment for its newly constructed surgical space at the Charles George VA Medical Center in Asheville, NC. The technical specifications for the Radiographic/Fluoroscopic (R/F) Systems, designated as XR HYBRID, are extensive. Key requirements include specific anode heat storage and dissipation, minimum acquisition and image storage rates, a single detector with a minimum size of 30x40 cm, and a patient table with a 600 lbs static load capacity. The system must be IEC 60613 compliant, feature a single-plane configuration, closed-loop cooling, last image hold, and a rotatable collimator. X-ray generator power must be at least 100 kW, with a minimum digitization depth of 16 bits. Computed Tomography (CT) specifications emphasize independent operation, iterative reconstruction/noise reduction, ECG monitoring, and protocol locking. Software requirements include 3D reconstruction, live 2K imaging, metal artifact reduction, dose reduction, laser guidance, needle guidance, CO2 imaging, ultrasound integration, and continuous physiological monitoring. Hardware needs cover a bi-directional intercom, radiation shield, a Mark 7 Arterion table-mounted contrast injector, a phantom kit, and a UPS for 5 minutes of full functionality. Workstation requirements include a 24-inch control room monitor, one 55-inch surgical room display with three simultaneous displays, and 1 TB of storage. C-arm specifications detail various rotational ranges and movements. Catheterization, vascular, and cardiothoracic surgery capabilities are also outlined, including stent enhancement, bolus chase, digital subtraction, and image fusion. Video sources and destinations, required formats (WUXGA), and DVI cables are specified. Security and connectivity requirements include an OEM-supported operating system, DICOM compliance, encrypted hard drives, and PACS compatibility with VA VistA Imaging and McKesson. Training requirements include on-site clinical applications training for 15 OR nurses and 5 physicians, as well as biomedical technician training with off-site options. Service requirements mandate VPN/remote access, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Additional years of warranty and post-warranty remote diagnostic service are preferred added value. Documentation required includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, technical training information, and support structure details. There are no trade-in units or ancillary equipment to offer.
The VA Palo Alto Health Care System's Anesthesiology Department is seeking two new ultrasound machines to support various medical procedures, including ultrasound-guided access, perineural and neuraxial techniques, and point-of-care diagnostics. The request outlines detailed technical specifications for the units, covering physical attributes like screen size and battery life, scanning modes (2D), control panel features (touchscreen), and required analysis packages (procedural, abdominal, musculoskeletal, vascular, cardiovascular). The RFP also specifies five types of transducers with defined frequency ranges. Additionally, the document details security and connectivity requirements, including an OEM-supported operating system, encrypted hard drive, PACS compatibility, DICOM support, and wireless connectivity. Training requirements include on-site clinical applications training for medical staff and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added-value offerings such as extended warranties and post-warranty remote diagnostic programs.
The VA Palo Alto Health Care System's Anesthesiology, Perioperative, and Pain Medicine Service requires two new ultrasound machines for various medical procedures, including perineural/neuraxial techniques, point-of-care diagnosis, and ultrasound-guided access. The technical specifications demand a minimum 19-inch screen with 90-degree rotation, four transducer ports, and 120 minutes of battery life. Required features include 2D scanning, a touchscreen control panel with an articulating arm, and analysis packages for procedural, abdominal, musculoskeletal, vascular, and cardiovascular applications. Five specific transducers with defined frequency ranges are also required. Security and connectivity requirements include an OEM-supported operating system, DICOM compliance, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training involves on-site clinical application training for 12 personnel and detailed biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and manufacturer-required PMs. Preferred
The VA Palo Alto Health Care System requires two ultrasound systems for its Medicine Service for point-of-care and procedural applications. The request outlines detailed technical specifications, including a minimum 19-inch screen, 180-minute battery life, and various scanning modes (2D, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Color Power Doppler, Tissue Doppler Imaging). Control panel requirements include a touchscreen monitor, and additional specifications like needle enhancement and digital calipers are mandatory. The system must support several analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, urology, cardiovascular clinical) and include specific transducers. Security and connectivity requirements mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility, and FIPS-compliant wireless connectivity. Training requirements include on-site clinical applications training for physicians and technical training for biomedical staff. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty with all parts and labor. The VA seeks added value offerings like extended warranties and post-warranty remote diagnostic programs but notes these are not mandatory for consideration. No trade-in units are available.
The VA Palo Alto Health Care System requires two ultrasonic scanning systems for point-of-care and procedural applications in its Medicine Service. The technical requirements include specific physical dimensions, a minimum 19-inch screen, three transducer ports, 0.1 TB image storage, and 180 minutes of battery life. The systems must support 2D, M-Mode, Pulsed Wave, Continuous Wave, Color Power, and Tissue Doppler scanning modes, feature a touchscreen control panel, needle enhancement, and digital calipers. Required analysis packages include procedural, abdominal, musculoskeletal, small parts, vascular, urology, and cardiovascular. Three specific transducers (Wideband Phased Array, Wideband Linear Array, Wideband Convex Array) are also mandated. Connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA Imaging and Intellispace Radiology 4.7), and FIPS-compliant wireless connectivity. Training involves on-site clinical applications training for 10 physicians and detailed biomedical technician training, with off-site training quoted optionally. Service requirements cover VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty including parts, labor, and PMs. Additional warranty years and post-warranty remote diagnostic service are preferred added value. Vendors must also provide various documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specifications, typical drawings, and support information. There are no trade-in units or ancillary equipment from the VA.
The VA Palo Alto Health Care System seeks a replacement ultrasound machine for its GI Service, compatible with Olympus linear and radial scopes (GF-UCT180 and GF-UE160-AL5). The new system must meet specific technical requirements, including minimum monitor and touch panel screen sizes, active transducer ports, and maximum power consumption and dimensions. It requires 2D and Color Power Doppler scanning modes, Power Doppler displays, and a touchscreen control panel. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS integration with VA VistA Imaging, and FIPS-compliant wireless connectivity. The vendor must provide on-site clinical applications training for technologists and physicians, with CME credits for technologists, and accommodate different shifts. Biomedical technician training is also required. Service requirements include VPN/remote access for diagnostics, two copies (electronic and physical) of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred "added value" offerings include extended warranty, a post-warranty remote diagnostic service program, and a version/platform long-range plan. The RFP also details required documentation and trade-in information for the existing Hitachi Medical PROSOUND F75 ultrasound machine.
The VA Palo Alto Healthcare System requires a new ultrasound machine for its GI Service to replace an end-of-life unit. The system must be compatible with Olympus linear and radial scopes to support over 25 Endoscopic Ultrasound (EUS) cases monthly, including cancer staging, biopsies, and pancreatic imaging. Key technical specifications include a 22-inch monitor, 10-inch touch panel, four active transducer ports, and specific scanning/Doppler modes. Security requirements mandate an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, FIPS 140-2/140-3 compliant wireless connectivity, and integration with Olympus scopes (GF-UCT180 and GF-UE160-AL5). Training includes on-site clinical applications for technologists and physicians, with CME credits for technologists, and optional off-site biomedical technician training. Service requirements cover VPN/remote diagnostics, operator and service manuals (two copies each, one electronic, one physical), and a minimum one-year warranty with parts and labor. Preferred added value includes extended warranty, post-warranty remote diagnostics, and a long-range platform plan. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical specifications. A Hitachi Medical PROSOUND F75 ultrasound system is available for trade-in.
The Phoenix VAMC Surgical Service – Urology department is seeking to procure one ultrasonic unit for interoperative procedures. The Request for Proposal (RFP) outlines detailed technical specifications for the unit, including a minimum 19-inch screen, 2 split screens, 90-degree monitor rotation, 4 transducer ports, 60 minutes of battery life, and a maximum weight of 200 lbs. The unit must support various scanning modes (2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Color Power Doppler, Contrast Imaging, Color Flow Mapping) and Doppler displays (Frequency, Velocity, Power, Duplex, Triplex). Control panel requirements include a touchscreen monitor and keyboard. Advanced features such as one-button image/Doppler optimization, programmable protocols, shear wave/strain-based elastography, and needle enhancement are also mandatory. The RFP specifies required analysis packages (Abdominal, Musculoskeletal Clinical, Small Parts, Vascular, Urology) and a range of transducers with specific frequency ranges. The unit must also feature a Fusion-Targeted Biopsy System with prostate gland volume/edge computation, ability to overlay previous biopsy images, 3D prostate model generation, standard planning templates, image storage, and a semi-robotic arm for biopsy. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA Imaging), and FIPS 140-2/3 compliant wireless connectivity to the VA network. Training requirements cover on-site clinical applications training for technologists and physicians, with vendors responsible for accommodating different shifts. Biomedical technician training information, including curriculum and length, must also be provided, with off-site training quoted as an optional item. Service requirements mandate VPN/remote access capabilities for diagnostics during and post-warranty, two copies of operator and service manuals (electronic and physical), and a one-year manufacturer's warranty covering parts, labor, and PMs. Vendors are encouraged to propose added-value offerings for service, warranty, and training. The VA has no trade-in units or ancillary equipment to offer. Required documentation includes a completed pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification (if applicable), product brochures, technical specification sheets, typical drawings, and support information covering field service engineer locations, part depots, and online/telephonic applications support.
The Phoenix VAMC Surgical Service, specifically Urology, requires one ultrasound system for interoperative procedures to assist surgeons with real-time anatomical, tumor, and vasculature information. The system must meet detailed technical specifications, including a minimum 19-inch screen, two split screens, 90-degree monitor rotation, four transducer ports, and a 60-minute battery life, with a maximum weight of 200 lbs. It must support various scanning modes like 2D, M-Mode, and Doppler, and include specific analysis packages for abdominal, musculoskeletal, small parts, vascular, and urology applications. The RFP specifies various transducers and advanced features, such as a Fusion-Targeted Biopsy System with prostate volume computation and 3D modeling capabilities. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements cover on-site clinical training for technologists and physicians, and information on biomedical technician training. Service mandates VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value specifications are also encouraged.
The Carl T. Hayden Medical Center in Phoenix, AZ, is seeking to replace an end-of-life ultrasound unit for its Radiology department. The Request for Proposal outlines detailed technical specifications, including a minimum 19-inch screen, various scanning and Doppler modes, and specific control panel features like a physical keyboard and touchscreen. Additional requirements include an integrated gel warmer, one-button optimization, and advanced imaging capabilities such as elastography and contrast imaging. The RFP also specifies analysis packages for abdominal, musculoskeletal, vascular, and breast imaging, among others. Transducer requirements include broad spectrum types with specific frequency ranges. Security and connectivity mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drives, and wireless connectivity to the VA network, along with PACS compatibility. Training requirements encompass on-site clinical applications training for technologists and physicians, and technical training for biomedical staff. Vendors must offer a minimum one-year warranty with parts and labor, including PMs. Other required documentation includes service manuals, product brochures, and technical specification sheets. The facility also has a GE Healthcare Logiq E9 ultrasound unit available for trade-in.
The Carl T. Hayden Medical Center's Radiology department requires a replacement ultrasonic scanning system due to an end-of-life unit. The new system must meet specific technical requirements, including a minimum 19-inch screen, four transducer ports, and 1 TB image storage. It must support various scanning modes (B-mode, 3D, Color Flow, M-Mode, Pulsed Wave, Continuous Wave, and Color Power Doppler), and feature a physical keyboard and touchscreen. Essential specifications include an integrated gel warmer, one-button image/Doppler optimization, shear wave elastography, contrast imaging, speckle reduction, needle enhancement, image editing, and spatial compounding. Required analysis packages cover abdominal, musculoskeletal, small parts, vascular, pelvic, urology, and breast. The system needs four broad-spectrum linear probes with specified frequency ranges. Connectivity requirements include an OEM-supported OS, latest DICOM features, encrypted hard drive, and compatibility with VA VistA Imaging, SecureXchange, and AGFA PACS, with FIPS 140-2/3 compliant wireless connectivity. Training for 10 technologists and 5 physicians is required, with additional off-site biomedical technician training optional. Service mandates VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. An additional year of warranty is preferred. Trade-in of a GE Healthcare Logiq E9 unit is offered. Vendors must provide comprehensive documentation as detailed in the
The Carl T. Hayden Medical Center is requesting a replacement ultrasound unit for its Radiology department, used for breast, gynecology, and vascular consults. The RFP details extensive technical requirements including minimum screen size (19 inches), monitor rotation (+/- 90 degrees), four transducer ports, and image storage of at least one day or 1TB. The unit must support various scanning modes (B-mode, 3D, Color Flow, M-Mode, Pulsed Wave, Continuous Wave, Color Power Doppler), and advanced features like shear wave elastography and contrast imaging. Required analysis packages include abdominal, musculoskeletal, small parts, vascular, and breast. The solicitation also specifies training for 10 technologists and 5 physicians, a one-year warranty, remote diagnostic capabilities, and provision of operator and service manuals. Vendors must include specific transducers and address security requirements such as OEM-supported OS, encrypted hard drive, and PACS compatibility (VA VistA Imaging, SecureXchange, AGFA). A GE Healthcare Logiq E9 unit is available for trade-in. The document emphasizes strict adherence to the compliance matrix format and provides guidelines for vendor responses regarding specifications and supporting documentation.
The Carl T. Hayden Medical Center in Phoenix, AZ, is requesting one replacement ultrasonic scanning system for its Radiology department. The new unit will be used for various consults, including breast, gynecology, and vascular. Key technical requirements include a minimum 19-inch screen, four transducer ports, and one day of image storage. The system must support B-mode, 3D, Color Flow, M-Mode, Anatomical M-Mode, Pulsed Wave, Continuous Wave, and Color Power Doppler scanning modes, along with specific Doppler displays. Control panels must feature a physical keyboard and touchscreen. Additional specifications include one-button image/Doppler optimization, elastography, contrast imaging, speckle reduction, needle enhancement, image editing, and spatial compounding. Required analysis packages cover abdominal, musculoskeletal, small parts, vascular, and breast. Four specific broad-spectrum linear and matrix linear array probes are mandated. Security and connectivity requirements include an OEM-supported OS, DICOM support, an encrypted hard drive, PACS compatibility (VA VistA Imaging, SecureXchange, AGFA), and wireless connectivity to the VA network (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications training for 10 technologists and 5 physicians, with vendors accommodating different shifts. Biomedical technician training information, including curriculum and length, must be provided, with off-site training quoted as an optional item. Service requirements mandate VPN/remote access for diagnostics, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering all parts, labor, and manufacturer-required PMs. Preferred added value offerings include additional warranty years and an integrated gel warmer. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification, product brochures, technical specification sheets, typical drawings, and detailed technical training and support information. A GE Healthcare Logiq E9 unit, serial number LE9200746US5, installed on 11/9/2015, is available for trade-in. The vendor must accept the trade-in equipment "as is" if ePHI sanitization compromises the OS/software or requires internal storage media removal.
The Carl T. Hayden Medical Center in Phoenix, AZ, requires three replacement ultrasonic scanning systems for its Cardiology department. These systems will primarily be used for Echocardiography examinations. Key technical specifications include a minimum 23-inch screen, five transducer ports, 750 GB image storage, and maximum dimensions of 48x21x33 inches and 280 lbs. The ultrasounds must support various scanning modes (2D, 3D, 4D, Strain Imaging, etc.), multiple Doppler displays, and control panel features like a physical keyboard and articulating touchscreen. Additional requirements cover multi-modality display, one-button optimization, programmable protocols, and specific analysis packages (abdominal, vascular, cardiovascular, cardiac 3D quantification). Six types of transducers are also specified with their respective frequency ranges and quantities. Security and connectivity requirements include an OEM-supported operating system, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, AGFA), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training must include on-site clinical applications for 6 technologists and 4 physicians, accommodating different shifts. Biomedical technician training information is also required as an optional quote item. Service requirements include VPN/remote access, two copies of operator and service manuals (one electronic, one physical), and a minimum one-year warranty covering parts, labor, and PMs. Optional added value includes additional years of warranty. The facility also has three GE Healthcare VIVID E95 ultrasound units available for trade-in.
The Carl T. Hayden Medical Center in Phoenix, AZ, is seeking three replacement ultrasonic units for its Cardiology department. The required units must have a minimum 23-inch screen, 5 transducer ports, 750 GB image storage, and support various scanning modes including 2D, 3D, 4D, and Doppler capabilities. Key features include physical and touchscreen keyboards, multi-modality display, one-button optimization, and specific analysis packages for abdominal, vascular, and cardiac applications. The RFP also details requirements for transducers, security (OEM OS, encrypted hard drive, PACS compatibility, wireless connectivity), and comprehensive training for clinical staff and biomedical technicians. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. The facility also has three operational GE Healthcare VIVID E95 ultrasound systems available for trade-in.
The VA Portland HCS is seeking Digital Radiography equipment for chest and abdominal X-rays, specifically requiring a system without a table. Key technical specifications include a wireless 17x17 wall detector and one additional wireless 17x17 detector, both with a maximum weight of 9 lbs. The system needs a high-frequency generator (75 kW minimum), an overhead tube mount, and specific workstation and software requirements like PACS compatibility with VA VistA Imaging and Carestream. Training for clinical applications and biomedical technicians is mandatory, with a focus on on-site and follow-up sessions. The solicitation also outlines preferred added values such as extended warranties and detector drop coverage, and requires comprehensive documentation including service manuals and remote access capabilities. An existing Shimadzu RadSpeed system is available for trade-in.
The VA Portland HCS is requesting Digital Radiography equipment for chest and abdominal x-rays, without a table. Key technical requirements include a wireless 17x17 inch wall detector and one additional wireless detector of the same size, both weighing a maximum of 9 lbs. The system needs a 75 kW, 3-phase generator with a 40-150 kV range, a maximum pixel size of 125 µm, and an image display time of 3 seconds. It must feature an overhead tube mount, automatic dose rate control, bucky tracking, and specific workstation and software capabilities including stitching, dose reduction, and repeat rate tracking. Security and connectivity require an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Carestream. Training includes on-site clinical applications for 5 technologists during go-live and follow-up, plus optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty with PMs. Preferred added values include extended warranty and detector drop coverage. The facility also has a Shimadzu RadSpeed system available for trade-in.
The VA Portland HCS is requesting proposals for Digital Radiography equipment, primarily for chest and abdominal x-rays, with no examination table required in the room. The solicitation details extensive technical specifications, including digital detector configurations (wireless wall detector and additional wireless detectors), unit physical specifications, and additional features like a high-frequency generator with automatic dose rate control and an overhead tube mount. Workstation and software requirements are also outlined, covering monitor size, hard drive capacity, and specific software functionalities such as stitching and dose reduction. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Carestream. The RFP also specifies training requirements for clinical applications and biomedical technicians, service requirements including VPN/remote access for diagnostics, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties or additional drop coverage on detectors. Information regarding a Shimadzu RadSpeed system is provided for trade-in.
The VA Portland HCS is requesting Digital Radiography equipment, primarily for chest and abdominal x-rays, with no table installation. Key technical requirements include a wireless wall detector (17x17 inches, max 9 lbs), an additional wireless detector of the same specifications, a 75 kW, 3-phase generator with a 40-150 kV range, and a maximum pixel size of 140 µm. The system must display images within 3 seconds, feature an overhead tube mount, and support bucky tracking. Workstation requirements include a 24-inch acquisition monitor with a touchscreen and a 500 GB hard drive, along with a 19-inch processing monitor also with a 500 GB hard drive, both requiring UPS for a minimum of 5 minutes. Software must support stitching, dose reduction, and repeat rate tracking, with security features like OEM-supported OS, encrypted hard drives, and DICOM/PACS compatibility (VA VistA Imaging and Carestream). Training involves on-site clinical applications for 5 technologists during go-live and follow-up, and optional off-site biomedical technician training. Service requirements include VPN/remote diagnostics, two copies each of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Preferred added value includes additional years of warranty, version/platform long-range plans, and additional years of drop coverage on detectors. The solicitation also details trade-in options for existing Shimadzu RadSpeed equipment, with vendors accepting it “as is.”
The Providence VA Medical Center requires six new ultrasound machines for its Diagnostic Imaging Service at 830 Chalkstone Ave, Providence, RI 02908, to replace existing systems. The RFP specifies detailed technical requirements, including physical specifications (e.g., 21-inch minimum screen, 360-degree monitor rotation, 1TB image storage, 30-minute battery life, max 70x25x45 inches, 250 lbs), various scanning modes (2D, 3D, Doppler), and advanced features like fusion-targeted biopsy systems. The vendor must provide analysis packages, specific transducers per system, and adhere to security/connectivity standards (e.g., encrypted hard drive, PACS compatibility, FIPS 140-2/3 compliant wireless connectivity). Training for clinical staff and biomedical technicians is mandatory, including on-site sessions. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The VA also offers six operational Philips Healthcare North America Epiq 7 ultrasound machines for trade-in. Vendors are encouraged to offer added-value features and provide comprehensive documentation.
The VA Providence Healthcare System requires six ultrasonic scanning systems to replace existing units. The new systems must meet specific technical requirements, including a 21-inch screen, 360-degree monitor rotation, 4 transducer ports, 1 TB image storage, and 30 minutes of battery life. They need to support various scanning modes (2D, 3D, M-Mode, Doppler, etc.) and advanced features like fusion-targeted biopsy with MRI/ultrasound image integration and real-time needle tracking. Control panels require a physical keyboard, touchscreen, and articulating support arm. The systems must be PACS compatible (VA VistA Imaging, Philips Carestream) and include encrypted hard drives and wireless connectivity. Training for 7 technologists and 4 physicians is mandatory, with CME credits for technologists. Vendors must provide service programs, operator and service manuals, and a one-year warranty. Trade-in of six Philips Healthcare North America Epiq 7 units is also part of the requirement.
The VA Providence Healthcare System requires the replacement of one ultrasonic scanning system for its Diagnostic Imaging Service. The new system must meet detailed technical specifications, including a 21-inch screen, 4 transducer ports, 1 TB image storage, and various scanning and Doppler modes. It also requires advanced features like Fusion-Targeted Biopsy System capabilities, OEM-supported operating system, and PACS compatibility with VA VistA Imaging and Philips Carestream. The vendor must provide on-site clinical training for technologists and physicians, and offer biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty. Added value offerings such as extended warranty and offsite training are encouraged. The VA has no trade-in units or ancillary equipment.
The Providence VA Medical Center's Diagnostic Imaging Service requires six new ultrasound machines. The procurement outlines extensive technical specifications, including physical dimensions, scanning modes (2D, 3D, Doppler, panoramic), control panel features (physical and touchscreen keyboards), and advanced capabilities like image fusion and elastography. The systems must support various analysis packages (e.g., abdominal, vascular, obstetric) and include specific transducers. Connectivity requirements mandate OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips Carestream. Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits. Service mandates VPN/remote access, operator and service manuals, and a minimum one-year warranty. Optional
The VA Providence Healthcare System requires six new ultrasonic scanning systems to replace existing equipment in Building 1 at 830 Chalkstone Ave, Providence, RI 02908. These systems are for the Diagnostic Imaging Service and must meet detailed technical specifications, including a minimum 21-inch screen, 360-degree monitor rotation, and four transducer ports. They must support various scanning modes like 2D, 3D, and Doppler, alongside specific analysis packages for areas such as abdominal, vascular, and urology. The RFP also mandates specific transducers with defined frequency ranges. Advanced features, including a Fusion-Targeted Biopsy System capable of integrating MRI and ultrasound images, are required. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drives, and wireless connectivity to the VA network. The manufacturer must provide on-site clinical training for technologists and physicians, and off-site biomedical technician training as an optional item. A one-year warranty covering parts, labor, and PMs is mandatory, with options for extended warranty and remote diagnostic service. The VA Providence has six Philips Healthcare North America Epiq 7 ultrasound machines available for trade-in, all in operational condition.
The Providence VA Medical Center seeks to replace two Cardiac Ultrasound systems with corresponding transducers. The Request for Proposal (RFP) outlines detailed technical specifications, including minimum screen size, monitor rotation, scanning modes (2D, 3D, Doppler), control panel features (physical keyboard, touchscreen), and additional specifications like panoramic mode and image annotation. The RFP also specifies analysis packages (Vascular, Cardiovascular Clinical), transducer types, and advanced features such as shear wave elastography and needle enhancement. Security and connectivity requirements mandate OEM-supported operating systems, encrypted hard drives, and PACS compatibility. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. The project also allows for the trade-in of two existing PHILIPS HEALTHCARE NORTH AMERICA EPIQ 7 systems.
The VA Providence Healthcare System requires two Cardiac Ultrasounds and corresponding transducers to replace existing systems at 830 Chalkstone Ave, Providence, RI 02908. The required systems must meet specific technical specifications, including minimum screen size of 21 inches, 360-degree monitor rotation, 1TB image storage, and various scanning and Doppler modes. The RFP also details control panel, additional features, and analysis package requirements. Furthermore, it specifies three types of transducers with defined frequency ranges. Security and connectivity requirements include OEM-supported OS, DICOM compatibility, encrypted hard drives, and PACS integration. The vendor must provide on-site clinical applications training for technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Optional added value offerings include extended warranty and a post-warranty remote diagnostic service program. The VA also offers trade-in for two Philips Healthcare EPIQ 7 units.
The Providence VA Medical Center seeks to replace one ultrasound machine for its Diagnostic Imaging Service at 830 Chalkstone Ave, Providence, RI 02908, specifically for the Hyannis CBOC. The Request for Proposal (RFP) outlines extensive technical specifications including minimum screen size, monitor rotation, control panel rotation, image storage, battery life, and various scanning modes (2D, 3D, Doppler, etc.). The machine must support a range of analysis packages and include specific transducers with defined frequency ranges. Advanced features like Fusion-Targeted Biopsy System capabilities are also required. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging, Philips Carestream), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits for technologists. Biomedical technician training curriculum details are also requested. Service requirements mandate VPN/remote access, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, and offsite training. The VA has no trade-in units. Required documentation includes a completed pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and support information.
This government file details a Request for Proposal (RFP) from the Providence VA Medical Center for one ultrasound machine for its Diagnostic Imaging Service. The RFP outlines extensive technical specifications, including minimum screen size (21 inches), monitor rotation (360 degrees), multiple scanning modes (2D, 3D, Doppler), and various analysis packages (procedural, abdominal, vascular, cardiac, etc.). It also specifies transducer requirements, advanced features like fusion-targeted biopsy systems, and security/connectivity requirements such as an OEM-supported operating system and PACS compatibility. The document mandates on-site clinical training for technologists and physicians, and detailed biomedical technician training. Vendors must provide operator and service manuals, a minimum one-year warranty, and are encouraged to offer added value like extended warranties, post-warranty remote diagnostics, and offsite training. The VA has no trade-in units to offer. The deadline for compliance matrix creation was December 3, 2025.
The VA Providence Healthcare System requires the replacement of one ultrasound machine for its Diagnostic Imaging Service at 830 Chalkstone Ave, Providence, RI. The Request for Proposal (RFP) outlines detailed technical specifications for the new system, including minimum screen size, monitor rotation, control panel features, various scanning modes (2D, 3D, Doppler), and advanced capabilities like image fusion and elastography. The system must also include specific analysis packages (e.g., abdominal, vascular, cardiac) and a range of transducers with defined frequency ranges. Key requirements encompass security and connectivity features, such as OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS integration (VA VistA, Philips Carestream), and wireless connectivity (FIPS 140-2/3 compliant). The RFP also details mandatory clinical and biomedical technician training, a one-year warranty with remote diagnostics, and required documentation like operator and service manuals. Preferred 'added value' specifications, such as extended warranty and offsite training, are also listed. The VA has no trade-in units.
The Richmond VA Medical Center's Radiology Department is seeking three new ultrasound units to replace end-of-life equipment. The request specifies detailed technical requirements, including screen size, scanning modes (2D, 3D, Doppler displays), control panel features (physical keyboard, touchscreen), and additional functionalities like panoramic mode and image annotation. The RFP also outlines essential analysis packages (e.g., abdominal, musculoskeletal, vascular) and a comprehensive list of required transducers with specific frequency ranges. Furthermore, it details advanced features such as a Fusion-Targeted Biopsy System and security/connectivity requirements, including OEM-supported OS, encrypted hard drives, and PACS compatibility. Training requirements encompass on-site clinical applications training for technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties and post-warranty remote diagnostic programs. The file also lists existing Philips EPIQ 7 ultrasound units available for trade-in. Vendors must adhere to strict instructions for completing the compliance matrix, providing supporting documentation, and submitting detailed information.
The Richmond VA Medical Center's Radiology Department is seeking to replace three end-of-life ultrasonic scanning systems. The request details extensive technical specifications, including minimum screen sizes, monitor and control panel rotations, 4 transducer ports, 1 TB image storage, and 45-minute battery life. Required scanning modes include 2D, 3D, navigation, image fusion, and various Doppler displays. The units must have a physical and touchscreen keyboard, an articulating support arm, and advanced features like panoramic mode, multi-modality display, and needle enhancement. Specific analysis packages (procedural, abdominal, vascular, etc.) and a range of transducers with defined frequency ranges are mandatory. Advanced features like Fusion-Targeted Biopsy System capabilities and robust security/connectivity features, including DICOM, wireless connectivity (FIPS 140-2/3 compliant), encrypted hard drive, and PACS compatibility with Change Healthcare McKesson and VA VistA Imaging, are also required. The solicitation outlines comprehensive training requirements for technologists and physicians, including on-site and follow-up clinical training with CME credits, and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Additional warranty years and post-warranty remote diagnostic service are preferred as added value. The RFP also requests various documentation and offers trade-in for three Philips EPIQ 7 ultrasound units.
The Richmond VA Medical Center's Radiology Department is seeking to replace three end-of-life ultrasound units, crucial for diagnostic and procedural imaging in both Ultrasound and Mammography. The Request for Proposal (RFP) outlines extensive technical requirements, including specific physical specifications for the units (e.g., 24-inch screen, 180-degree monitor rotation, 1 TB image storage, 45-minute battery life), various scanning modes (2D, 3D, Doppler), and control panel features (physical keyboard, touchscreen). The RFP also details required analysis packages (e.g., procedural, abdominal, vascular) and a range of transducers with specific frequency ranges. Advanced features like fusion-targeted biopsy systems and real-time needle tracking are mandatory. Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, and PACS compatibility with Change Health Care McKesson and VA VistA Imaging. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits. Service requirements include VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. The VA also offers three Philips EPIQ 7 ultrasound units for trade-in. Vendors must provide a comprehensive response addressing all specified criteria, including supporting documentation and optional added-value offerings.
The Richmond VA Medical Center's Radiology Department is seeking to replace three end-of-life ultrasonic scanning systems. The request details extensive technical requirements including physical specifications (e.g., 24-inch minimum screen, 4 transducer ports, 1 TB image storage), various scanning modes (2D, 3D, Doppler, Tissue Harmonic Imaging), specific Doppler displays, control panel features (physical keyboard, touchscreen), and additional functionalities like panoramic mode, image annotation, and programmable protocols. The systems must also include comprehensive analysis packages (procedural, abdominal, vascular, cardiac, etc.) and eight specific transducers. Advanced features like a Fusion-Targeted Biopsy System and robust security/connectivity requirements, including FIPS 140-2/3 compliance and PACS compatibility, are mandatory. The solicitation also outlines training needs for technologists and physicians, biomedical technician training, and service requirements such as VPN/remote access and a one-year manufacturer's warranty. Optional added-value specifications, like extended warranty and a 3D prostate model, are encouraged. The VA also offers three Philips EPIQ 7 ultrasound units for trade-in.
The VA Sierra Nevada Healthcare System's Emergency Department requires a new ultrasonic unit, model V21, to enhance patient triage. The unit must meet specific technical requirements, including a minimum 17-inch screen, 75-105 degrees tilting, 15-40 degrees control panel rotation, 3 transducer ports, and 640GB image storage. It also needs multiple scanning modes (2D, M-Mode, Pulsed/Continuous Wave, Color Power, and Tissue Doppler), various Doppler displays (Velocity, Duplex, Triplex), a physical keyboard, and standby mode. The system must include procedural, abdominal, pelvic, and cardiovascular analysis packages, along with specific transducers (C5-1, IC10-3, P5-1, L12-3). Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility, and wireless connectivity with FIPS 140-2/3 compliance. Training for clinical staff and biomedical technicians, a one-year warranty, VPN/remote access, and essential manuals are also mandatory. The RFP seeks proposals that meet or exceed these specifications, encouraging vendors to offer added value in service, warranty, and training.
The VA Sierra Nevada Healthcare System's Emergency Department requires one replacement ultrasonic scanning system to enhance patient triage capabilities. The technical specifications for this system are comprehensive, covering physical dimensions, scanning modes, Doppler displays, control panel features, and analysis packages. Key requirements include a minimum 17-inch screen, 3 transducer ports, 640GB image storage, and various scanning modes like 2D, M-Mode, and Color Power Doppler. The RFP also mandates specific transducers (C5-1, IC10-3, P5-1, L12-3), advanced image storage, and robust security/connectivity features such as DICOM compatibility, encrypted hard drive, and wireless connectivity to the VA network. Training requirements specify on-site clinical applications training for technologists and physicians, and detailed information on biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional offerings for added value, such as an extended warranty, are encouraged. The solicitation also requires various documentation, including a pre-procurement assessment form and a Manufacture Disclosure Statement for Medical Device Security (MDS2) form.
The VA Sierra Nevada Healthcare System's Emergency Department requires a replacement ultrasound system. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions (e.g., 17-inch screen, 640GB image storage, 176 lbs max weight), scanning modes (2D, M-Mode, Doppler), control panel features (physical and touchscreen keyboards), and specific analysis packages (procedural, abdominal, pelvic, cardiovascular). The RFP also mandates four types of transducers with defined frequency ranges. Key security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, DICOM support, and FIPS-compliant wireless connectivity. Training requirements cover both clinical and biomedical technician training, with off-site technical training quoted as an optional item. Service requirements detail VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year warranty including parts, labor, and preventative maintenance. Vendors are encouraged to propose added value offerings such as extended warranties and enhanced service support, and must provide specific documentation like product brochures and technical specification sheets. No trade-in units or ancillary equipment are offered by the VA.
The VA Sierra Nevada Healthcare System's Emergency Department requires one replacement ultrasonic scanning system (XR US) to enhance patient triage. The technical specifications include a minimum 17-inch screen, 3 transducer ports, 640GB image storage, and maximum dimensions of 68 inches high and 176 lbs. The system must support 2D, M-Mode, Pulsed Wave, Continuous Wave, Color Power, and Tissue Doppler Imaging, with velocity, duplex, and triplex displays. It needs both physical and touchscreen keyboards, a standby mode, and procedural, abdominal, pelvic, and cardiovascular clinical analysis packages. Required transducers are C5-1, IC10-3, P5-1, and L12-3. Security features include an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training involves on-site clinical applications for two technologists and two physicians. Service requirements include VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year manufacturer's warranty covering parts, labor, and PMs. Additional warranty years are preferred.
The VA St. Louis Health Care System is seeking to replace its end-of-life PET/CT system at the John Cochran Division. This Request for Proposal (RFP) outlines technical, training, and service requirements for a new Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system crucial for cancer diagnosis and monitoring. Key specifications include a minimum of 80 slices, a 75 cm gantry aperture, and advanced features like Time of Flight PET, high-definition reconstruction, and 4D/ECG gating. The acquisition includes multiple workstations, specific software applications (e.g., dose reduction, metal artifact reduction, neuro quantitative), and comprehensive training for technologists and physicians. Vendors must provide a one-year warranty, remote diagnostic services, and various documentation, including product brochures and technical specification sheets. The VA also has a Siemens BIOGRAPH MCT FLOW system available for trade-in. This procurement emphasizes a state-of-the-art system to ensure uninterrupted, high-quality diagnostic imaging services.
The VA St. Louis Health Care System's John Cochran Division requires a replacement PET/CT system to maintain high-quality diagnostic imaging, primarily for cancer diagnosis and monitoring. The current system, installed in 2016, is nearing its end-of-life. The requested system must meet specific technical requirements, including a minimum of 80 slices, a 75 cm gantry aperture, and a 0.28-second 360° rotation time. Additional specifications include a Time of Flight PET system, high-definition reconstruction, 4D and ECG cardiac gating, and UPS functionality for 30 minutes. The system also needs various quality assurance tools, advanced software options for dose reduction, artifact reduction, tumor evaluation, neuro quantitative analysis, and cardiac imaging, as well as specific workstation and security/connectivity requirements. The procurement includes comprehensive clinical training for technologists and physicians, and information on biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Added value offerings like extended warranties are encouraged, and a Siemens BIOGRAPH MCT FLOW system is available for trade-in.
The VA St. Louis Health Care System, John Cochran Division, requires a replacement PET/CT system due to its current near end-of-life status. This system is crucial for diagnosing and monitoring cancer patients from St. Louis, Marion, and Poplar Bluff Medical Centers. The request specifies detailed technical requirements, including physical specifications (e.g., 80 minimum slices, 75 cm gantry aperture), additional features like high-definition PET reconstruction and 4D respiratory gating, and comprehensive quality assurance and safety tools. Software application options, workstation specifications, security, and connectivity requirements are also outlined. The solicitation includes extensive training requirements for technologists and physicians, and mandates vendor compliance for service, including VPN/remote access. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic services. Required documentation includes pre-procurement forms, service manuals, and product brochures. A Siemens BIOGRAPH MCT FLOW system is available for trade-in. The overall goal is to ensure uninterrupted and accurate diagnostic imaging for cancer care.
The VA St. Louis Health Care System's John Cochran Division requires a replacement PET/CT system to maintain high-quality diagnostic imaging, particularly for cancer care. The existing system, installed in 2016, is nearing its end-of-life. The request outlines detailed technical specifications for the new system, including minimum slices (80), gantry aperture (75 cm), detector width (32 mm), and patient table load capacity (480 lbs). Key features include Time of Flight PET, high-definition PET reconstruction, 4D and ECG cardiac gating, and a UPS with 30-minute full functionality during power outages. The system must also include various quality assurance tools, advanced software options for dose reduction, metal artifact reduction, tumor evaluation, and neuro/cardiac quantitative analysis. Workstation requirements specify minimum monitor and hard drive sizes for acquisition, processing, and reading stations. Security and connectivity features include OEM-supported OS, DICOM compatibility, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips IntelliSpace. Training requirements cover clinical applications for technologists and physicians, and biomedical technician training. Service mandates VPN/remote access, operator and service manuals, and a one-year warranty including parts, labor, and PMs. Added value offerings like extended warranties and post-warranty remote diagnostic services are encouraged. A Siemens BIOGRAPH MCT FLOW system is available for trade-in.
The document outlines a Request for Proposal (RFP) from the South Charlotte VA Health Care Center (HCC) for Computed Tomography (CT) Scanning Systems. The Radiology department requires a CT scanner with specific technical specifications, including minimum slices, gantry aperture, scan field of view, reconstructed slice width, low-contrast resolution, patient table load capacity, rotation time, and system weight. The RFP also details additional features such as DLP display, iterative reconstruction, ECG monitoring, and Gantry tilt. Workstation requirements, advanced applications like CT Cardiac and Lung CAD, and security/connectivity standards are specified. Training requirements for technologists and physicians, along with biomedical technician training, are included. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings, and the VA has a GE Healthcare Optima CT 660 CT scanner and a MEDRAD STELLANT D contrast injector available for trade-in.
The South Charlotte VA HCC is seeking proposals for Computed Tomography (XR CT) scanning systems for its Radiology Department, with a focus on orthopedic and vascular applications. The required system must have a minimum of 128 slices, a 70 cm gantry aperture, and a 650 lbs patient table capacity, along with advanced features like iterative reconstruction, ECG monitoring, and a contrast injector with proven synchronicity. Workstation requirements include a 21-inch monitor and 250 GB hard drive for acquisition, and 500 GB for processing. The system must also support CT Cardiac and Lung CAD applications. Connectivity requirements include OEM-supported OS, DICOM compliance, encrypted hard drives, and compatibility with McKesson CHC v14.1, VA VistA Imaging, and DoseMonitor. Training for technologists and physicians is mandatory, with an emphasis on continuing education credits. The vendor must provide VPN/remote access for diagnostics, operator and service manuals, and a one-year warranty. Added value offerings like extended warranties, faster rotation times, and patient comfort features are encouraged. The RFP also includes a trade-in for a GE Healthcare Optima CT 660 and a MEDRAD STELLANT D contrast injector.
The Kernersville VA Health Care Center's Imaging Department requires a replacement Computed Tomography (CT) scanner to upgrade its aging GE CT scanner. The new system will be used for outpatient and urgent care scans, including routine, oncology, angiography, LDCT, gated, and musculoskeletal imaging, with 3D post-processing capabilities. Key technical requirements include a minimum of 128 slices, a 75 cm gantry aperture, and a 50 cm scan field of view. Additional specifications include DLP display, ECG monitor, ability to lock protocols, and gantry tilt. Workstation requirements specify a 21-inch acquisition monitor with 700 GB HDD and at least one 21-inch processing workstation with 300 GB HDD, both with UPS for 5 minutes of functionality. Advanced applications must include CT Fluoroscopy, CT Cardiac, and Lung CAD. Security and connectivity mandate OEM-supported OS, encrypted hard drives, and compatibility with VA VistA Imaging, CHC v14.1, and DoseMonitor. Training requires on-site clinical applications for 6 technologists (with follow-up) and 4 physicians, with CME credits provided. Service requirements include VPN/remote access, operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. The VA also has a GE Optima CT 660 and a BAYER MEDRAD STELLANT D contrast injector available for trade-in. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, lateral patient table movement, patient visualization cameras, and patient comfort lighting.
The Kernersville VA Health Care Center's Imaging Department requires a replacement GE CT Scanner, nearing its end-of-life. The new 128-slice CT scanner will be used for outpatient and urgent care scans, including routine, oncology, angiography, LDCT, gated, and musculoskeletal imaging, with 3D post-processing. Key technical requirements include a minimum 75cm gantry aperture, 650lbs patient table load, and a maximum 0.35s 360° rotation time. Additional specifications demand independent operation of the table, gantry, and CT fluoroscopy, DLP display, iterative reconstruction, and ECG capabilities. Workstations need 21-inch monitors and UPS. Training involves on-site clinical applications for technologists and physicians, with CME credits for technologists. Off-site biomedical training is optional. Service requirements include VPN/remote access, operator/service manuals, and a one-year warranty with PMs. Preferred added values include extended warranty, faster rotation time, lateral patient table movement, and patient visualization/comfort features. The existing GE Optima CT 660 and a Bayer Medrad Stellent D contrast injector are available for trade-in.
The document outlines a federal government Request for Proposal (RFP) for Radiographic/Fluoroscopic (R/F) Systems for the Kernersville VA Healthcare Center's Radiology Department. The RFP details extensive technical requirements for general-purpose R/F systems, including digital detector configurations (wireless wall detector: 14x17, fixed table detector: 17x17, with an additional wireless detector of 14x17), physical specifications (e.g., generator power, kVp and mA ranges, spatial resolution), and additional features like continuous and pulsed fluoroscopy, automatic dose rate control, and an overhead tube mount. It also specifies requirements for automatic stitching, table features (e.g., patient load capacity, tilt capabilities), workstation specifications (e.g., monitor sizes, touchscreen), and software functionalities (e.g., rapid image display, repeat rate tracking, dose reduction systems). Security and connectivity requirements include OEM-supported OS, encrypted hard drives, and compatibility with VA VistA Imaging and DoseMonitor. The RFP mandates on-site clinical training for technologists, service requirements such as VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties or post-warranty diagnostic programs. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and support information. The document also lists a Philips Healthcare EasyDiagnost system as available for trade-in.
The Kernersville VA Healthcare Center's Radiology Department requires a General-Purpose Radiographic/Fluoroscopic (R/F) System. The system needs specific digital detector configurations, including wall, table, and additional wireless detectors with minimum sizes. Technical requirements detail generator power, kVp/mA ranges, field of view, spatial resolution, and other physical specifications. The RFP also outlines numerous additional features like a high-frequency generator, automatic dose rate control, overhead tube mount, and patient alignment systems. Automatic stitching, table, workstation, and software requirements are included, emphasizing dose reduction and rapid image display. Security and connectivity mandate OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging and DoseMonitor. Training includes on-site clinical applications for technologists with CME credits and optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty. Added value specifications, like extended warranties and post-warranty remote diagnostics, are preferred but not required. The facility also has a Philips Healthcare EasyDiagnost system available for trade-in.
This government file outlines the technical, training, service, and security requirements for Radiographic/Fluoroscopic (R/F) Systems for the Charlotte VA Healthcare Center. Key technical specifications include digital detector configurations (wireless wall and fixed table detectors), generator power (minimum 80 kW), kVp ranges, and various physical and operational features like continuous/pulsed fluoroscopy, overhead tube mounts, and automatic dose rate control. The system must support automatic stitching, and the table requires specific load capacities and movement capabilities. Workstation and software requirements cover monitor sizes, encrypted hard drives, PACS compatibility (VA VistA Imaging, CHC v14.1), and integration with a Dose Tracking System (DoseMonitor). Training requirements include on-site clinical applications for technologists, with continuing education credits, and biomedical technician training. Service mandates encompass VPN/remote access, operator and service manuals, and a one-year warranty. The document also details other required documentation, such as pre-procurement forms, MDS2, and FIPS certification, and lists trade-in equipment (Philips Healthcare EasyDiagnost) for potential credit.
The Charlotte VA Healthcare Center is seeking proposals for General-Purpose Radiographic/Fluoroscopic (R/F) Systems for its Radiology Department, specifically for Room #1A42-301. The requirement includes detailed technical specifications for digital detectors (wall, table, and one additional wireless), unit physical specifications (e.g., 80 kW generator power, 40-150 kVp radiographic range), and additional features such as a high-frequency generator, automatic dose rate control, overhead tube mount, and a ceiling-mounted in-room monitor. The system must also meet automatic stitching, table, workstation, software, and security/connectivity requirements, including PACS compatibility with VA VistA Imaging and CHC v14.1, and integration with DoseMonitor. Training requirements encompass on-site clinical applications training for six technologists (with CME credits) and optional biomedical technician training. Service mandates include VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Optional added-value offerings like extended warranties and remote diagnostic programs are encouraged. The facility also has a Philips Healthcare EasyDiagnost system (Model 659, EE/Asset Number 64233, Serial Number 62669337) available for trade-in.
The Salisbury VA Medical Center requires a single ultrasonic unit for its Surgery department, specifically for general, vascular, urological, and GYN surgical procedures. The RFP outlines detailed technical specifications, including a minimum 19-inch screen, various scanning and Doppler modes, and advanced features such as shear wave elastography and needle enhancement. The system must support multiple analysis packages for diverse clinical applications like urology and laparoscopic surgery, and include specialized transducers. Connectivity requirements mandate an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. The vendor must provide on-site clinical training for technologists and physicians, and technical training for biomedical staff. Additional requirements include a one-year warranty, VPN/remote access capabilities, and provision of operator and service manuals. Vendors are encouraged to offer added value, such as extended warranties, and must provide specific documentation like product brochures and technical specification sheets.
The Salisbury VA Medical Center's Surgery Department requires one ultrasonic scanning system (XR US) for various surgical procedures including general, vascular, urological, and GYN. Key technical requirements include a minimum 19-inch screen, 4 transducer ports, 60-minute battery life, and a maximum 200 lbs weight. The system must support 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, and Color Power Doppler scanning modes. It also needs advanced features like shear wave elastography, needle enhancement, image editing, and specific analysis packages (Brachytherapy, HPB Surgery, Musculoskeletal & Nerve, Laparoscopic & Robotic Surgery, Vascular, Colorectal, Urology, Obstetric). Required transducers include Biplane Endocavity, Curved Robotic, and Advanced Laparoscopic Probes. The system must have advanced features for prostate biopsies and robust security/connectivity (DICOM, PACS, encrypted hard drive, wireless 802.11b/g/n, FIPS 140-2/3 compliant). Training for 5 technologists and 5 physicians is required, with CME credits for technologists. Vendors must provide a one-year warranty, remote diagnostic service, and operator/service manuals. Additional warranty years are considered an added value. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specifications, typical drawings, and support information.
This document outlines the technical, training, and service requirements for an ultrasonic unit for the Salisbury VA Health Care System, specifically for the Charlotte VA Healthcare Center. The unit is intended for surgical specialty clinics and operating rooms, enhancing intravenous access and supporting arthroscopy blocks. Key technical specifications include a minimum 19-inch screen, 170-degree active screen size, 3 transducer ports, 60 minutes of battery life, and various scanning modes (2D, M-Mode, Doppler types). It also requires a touchscreen, keyboard, black-and-white printer, and advanced features like needle enhancement and digital calipers. Analysis packages for musculoskeletal, vascular, urology, obstetric, and nerve are mandatory, along with specific transducers. Advanced features include a fusion-targeted biopsy system and MRI/ultrasound image compatibility. Security mandates an OEM-supported OS, encrypted hard drive, PACS compatibility, and wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with CME credits for technologists, and biomedical technician training. Service demands VPN/remote access, operator/service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranties. The solicitation also details required documentation and clarifies no trade-in units are available.
The Salisbury VA Health Care System requires one ultrasonic scanning system for its Charlotte VA Healthcare Center's surgical specialty clinics and operating rooms. This system aims to improve intravenous access for pre-op patients, assist with shoulder and knee arthroscopy blocks, and provide procedural guidance in areas like urology and colorectal surgery. Technical specifications include a minimum 19-inch screen, 3 transducer ports, 1 day/TB image storage, 60 minutes battery life, and a maximum weight of 170 lbs. Required scanning modes include 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, and Color Power Doppler. The system must also feature a touchscreen monitor, keyboard, black-and-white printer, shear wave and strain-based elastography, needle enhancement, and digital calipers. Specific analysis packages (Musculoskeletal, Vascular, Urology, Obstetric, Nerve) and four types of transducers are mandatory. Advanced features like Fusion-Targeted Biopsy System with MRI/ultrasound image acceptance, prostate gland volume computation, 3D needle tracking, and image storage are also required. Security features include an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training for 5 technologists and 5 physicians, including CME credits, is required. A one-year warranty covering parts and labor, including PMs, is mandatory. Optional offerings like additional warranty years and remote diagnostic service programs are encouraged.
The Charlotte VA Healthcare Center's Surgery department is seeking an ultrasonic system for surgical specialty clinics and operating rooms, primarily to assist with difficult intravenous access and nerve blocks for procedures like shoulder and knee arthroscopy. The Request for Proposal (RFP) outlines detailed technical requirements including minimum screen size, transducer ports, image storage, battery life, and maximum equipment weight. The system must support various scanning modes (2D, M-Mode, Doppler), control panel specifications (touchscreen, keyboard, printer), and advanced features like elastography and needle enhancement. Specific analysis packages (musculoskeletal, vascular, urology, obstetric, nerve) and transducers with defined frequency ranges are also required. Additionally, the RFP emphasizes advanced features such as fusion-targeted biopsy, MRI/ultrasound image acceptance, real-time needle tracking, and image storage. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility, and wireless connectivity. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value, such as extended warranties, and must provide documentation including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specifications.
The Salisbury VA Health Care System seeks an ultrasonic scanning system for surgical specialty clinics and operating rooms in Charlotte, NC. The system, with a minimum 19-inch screen, 3 transducer ports, 1 day of image storage, and 60 minutes of battery life, must weigh no more than 200 lbs. It requires 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave, Continuous Wave, and Color Power Doppler scanning modes. Essential features include touchscreen with keyboard, black-and-white printer, shear wave and strain-based elastography, needle enhancement, and digital calipers. Required analysis packages are Musculoskeletal, Vascular, Urology, Obstetric, and Nerve, along with specific transducers. Advanced features include a Fusion-Targeted Biopsy System with MRI compatibility, real-time needle tracking, and image storage. The system must have an OEM-supported OS, DICOM support, encrypted hard drive, PACS compatibility, and FIPS 140-2/3 compliant wireless connectivity. Training for technologists and physicians is mandatory, with optional biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Additional warranty years are preferred.
The W.G. (Bill) Hefner Salisbury VA Medical Center is seeking to procure two advanced point-of-care ultrasound systems to enhance patient care, improve procedure efficiency, and reduce complications. The request outlines detailed technical requirements, including a minimum 21-inch screen, various scanning modes (2D, M-Mode, Doppler), and specific transducer types (C5-1, L12-3). The systems must also meet stringent security and connectivity standards, including OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and wireless connectivity with FIPS 140-2 or 140-3 compliance. Training requirements include on-site clinical application training for technologists and physicians, and biomedical technician training, with off-site training available as an optional item. Service requirements mandate VPN/remote access for diagnostics during and after the warranty period. The RFP encourages vendors to offer added value, such as extended warranties, and lists preferred but not required specifications for evaluation. Two existing FujiFilm X-Porte ultrasound systems are available for trade-in.
The W.G. (Bill) Hefner Salisbury VA Medical Center is seeking to replace two point-of-care ultrasounds with new, advanced systems to enhance patient care and procedural efficiency across multiple departments and sites. The technical requirements include specific physical specifications (e.g., 21-inch screen, 128GB image storage, 120-minute battery life), various scanning and Doppler modes, touchscreen control panels, and additional features like needle enhancement and ECG integration. Required analysis packages and specific transducers (C5-1, L12-3) must be included. Security and connectivity requirements mandate an OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. Training requirements cover on-site clinical applications for six technologists and six physicians, with continuing education credits for technologists, and availability of biomedical technician training. Service requirements include VPN/remote access, provision of operator and service manuals, and a one-year minimum warranty covering parts, labor, and PMs. Additional warranty years are considered added value. The RFP also details required documentation and offers trade-in for two existing FujiFilm X-Porte units.
The W.G. (Bill) Hefner Salisbury VA Medical Center is seeking to procure two advanced point-of-care ultrasound systems. These new systems aim to enhance patient care by improving procedure efficiency, reducing complications, and providing real-time diagnostic capabilities. The technical requirements include specific physical specifications like a minimum 21-inch screen, 128 GB image storage, and 120 minutes of battery life. The ultrasounds must support various scanning and Doppler modes, feature a touchscreen control panel with a keyboard, and offer functionalities like image annotation and needle enhancement. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity with FIPS 140-2 or 140-3 compliance. Vendors must also provide C5-1 and L12-3 transducers with specified frequency ranges. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits. Biomedical technician training information is also required. Service requirements include VPN/remote access capabilities and the provision of operator and service manuals. A minimum one-year warranty covering parts, labor, and PMs is mandatory. The facility is offering two FujiFilm X-Porte ultrasound systems for trade-in. Vendors are encouraged to propose added value offerings for service, warranty, and training.
W.G. (Bill) Hefner Salisbury VA Medical Center requires two advanced point-of-care ultrasonic scanning systems to replace existing units. These systems must enhance patient care by improving efficiency and reducing complications in clinical procedures across multiple departments and two sites. Key technical requirements include a minimum 21-inch screen, 3 transducer ports, 128 GB image storage, and 120 minutes of battery life. The systems must support various scanning modes (2D, M-Mode, Doppler), Doppler displays, and control panel features like a touchscreen. Additional specifications include image annotation, one-button Doppler optimization, needle enhancement, and image editing. Specific transducers (C5-1 and L12-3) are required. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements include on-site clinical applications training for six technologists and six physicians during go-live and follow-up, with CME credits for technologists. Biomedical technician training information is also required. Service needs include VPN/remote access capabilities, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs, performed by factory-trained representatives. An additional year of warranty is a preferred added value. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS 140-2 or 140-3 certification, product brochures, technical specification sheets, typical drawings, biomedical technical training details, and support information. Two FujiFilm X-Porte ultrasonic systems are available for trade-in.
The George E. Wahlen Veteran Affairs Medical Center in Salt Lake City, UT, requires one (1) ultrasonic unit for robotic surgeries, specifically to work with the Intuitive Surgical Davinci 5 Robot, replacing an end-of-life unit. The RFP outlines detailed technical specifications including a minimum 23-inch screen, various scanning and Doppler modes, a physical and touchscreen control panel, and advanced features like real-time tissue elastography and needle enhancement. The unit must have a robotic transducer with a 3-15 MHz frequency range and four probe ports. Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, PACS compatibility (VA VistA Imaging and AGFA PACS), and FIPS 140-2/3 compliant wireless connectivity. Training mandates on-site clinical applications for technologists and physicians, and SPS staff, with CME credits. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering all parts and labor. Vendors are encouraged to offer added value such as extended warranties, post-warranty remote diagnostics, and long-range platform plans. Trade-in options are available for existing Hitachi Medical equipment.
The George E. Wahlen Veteran Affairs Medical Center in Salt Lake City, UT, requires one ultrasonic scanning system to replace an end-of-life unit. This new ultrasound will be integrated with the Intuitive Surgical Davinci 5 Robot for robotic surgeries. Key technical requirements include a minimum 23-inch screen, 1TB image storage, specific dimensions, and four probe ports. It must support various scanning and Doppler modes, feature a physical and touchscreen keyboard, and include advanced functions like shear wave elastography and needle enhancement. The system must also offer general and robotic surgery analysis packages, along with a 13mm width linear robotic transducer. Security features demand an OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity. Training is required for 15 technologists, SPS staff, and physicians, with CME credits for technologists. Biomedical technician training information is also requested. Service requirements include VPN/remote access, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty and a post-warranty remote diagnostic service program. The center also has existing Hitachi Medical equipment available for trade-in.
The George E. Wahlen Veteran Affairs Medical Center in Salt Lake City, UT, is seeking one (1) ultrasonic unit for its Surgery Department to replace an end-of-life ultrasound used with the Intuitive Surgical Davinci 5 Robot. The request details extensive technical specifications, including physical dimensions, scanning modes (2D, 3D, 4D, various Dopplers), control panel features (physical and touchscreen keyboard), and advanced capabilities like elastography and needle enhancement. The unit must include specific analysis packages for general and robotic surgery and a robotic transducer compatible with the Davinci 5. Security requirements include an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and AGFA. Training for technologists, SPS staff, and physicians is required, with CME credits for technologists. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred added values include extended warranty and a post-warranty remote diagnostic service program. The solicitation also outlines required vendor documentation and specifies trade-in options for an existing Hitachi Medical ultrasound system.
The George E. Wahlen Veteran Affairs Medical Center in Salt Lake City, UT, requires one (1) ultrasonic scanning system to replace an end-of-life unit. This new ultrasound will integrate with the Intuitive Surgical Davinci 5 Robot for robotic surgeries. Key technical requirements include a minimum 23-inch screen, various scanning modes (2D, 3D, 4D, Doppler), multiple analysis packages (including robotic surgery compatibility), and four robotic transducers. The system must also meet specific security and connectivity standards, including PACS compatibility and FIPS 140-2/3 compliance for wireless connectivity. Training is mandated for 15 technologists and 15 physicians, with continuing education credits. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional features like extended warranty and post-warranty remote diagnostics are encouraged. The VA also offers trade-in for existing equipment, including a Hitachi Medical Arietta 70 ultrasound and a Robotic Transducer.
The Salt Lake City VA Medical Center requires a replacement ultrasound system for its Medicine Service, replacing an existing Sonosite X-PORTE. The Request for Proposal (RFP) details extensive technical specifications, including a minimum 12-inch screen, 256 GB image storage, 120-minute battery life, and specific dimensions and weight. The system must support various scanning modes (2D, B-Mode, M-Mode, Color Power Doppler) and Doppler displays (Frequency, Velocity, Power, Duplex). Control panel requirements include a touchscreen, keyboard, and black-and-white printer. Additional features such as image annotation, one-button optimization, beam steering, needle enhancement, and real-time Doppler measurements are mandatory. The RFP also specifies three types of transducers: Curved Linear, Linear, and Phased Array, each with a defined frequency range. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, wireless connectivity (FIPS 140-2/FIPS-3 compliant), encrypted hard drive, and PACS compatibility with AGFA and VA VistA Imaging. Training requirements cover on-site clinical applications for registered nurses and technical training for biomedical technicians, with off-site training quoted as optional. Service requirements mandate VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty. Added value offerings like extended warranties, 3D imaging, Cerner CAMM compatibility, and a five-year probe warranty are preferred but not mandatory. Vendors must submit comprehensive documentation, including technical specification sheets, product brochures, and support information. The existing Sonosite X-PORTE (Asset Number 86140) is available for trade-in.
The Salt Lake City VA Medical Center requires a replacement ultrasonic scanning system for Medicine Services. The solicitation outlines detailed technical specifications, including a minimum 12-inch screen, 2 split screens, 3 transducer ports, 256 GB image storage, and 120 minutes of battery life. Required scanning modes include 2D, B-Mode, M-Mode, Tissue Harmonic Imaging, and Color Power Doppler. The system must feature a touchscreen control panel with a keyboard, a black and white printer, and various image optimization and editing functions. Specific transducers (Curved Linear, Linear, Phased Array) with defined frequency ranges are mandatory. Security and connectivity requirements include an OEM-supported OS, latest DICOM features, FIPS 140-2/3 compliant wireless connectivity, encrypted hard drive, and PACS compatibility with AGFA and VA VistA Imaging. Training requirements cover on-site clinical applications for 10 registered nurses and biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Optional added-value features, such as extended warranty and Cerner CareAware MultiMedia compatibility, are encouraged. The VA is offering a Sonosite X-PORTE (EE/Asset Number 86140, Serial Number 04GC31) for trade-in, which is currently operational.
The Salt Lake City VA Medical Center requires a replacement ultrasonic system for its Medicine Service, replacing an existing Sonosite X-PORTE. The Request for Proposal (RFP) details extensive technical specifications, including minimum screen size, split screens, monitor/control panel rotation, tilting, transducer ports, image storage, battery life, and maximum dimensions/weight. Required scanning modes, Doppler displays, and control panel features are also outlined. The RFP specifies three types of transducers (Curved Linear, Linear, Phased Array) with defined frequency ranges. Advanced features like image storage, security requirements including OEM-supported OS, encrypted hard drive, PACS compatibility (AGFA and VA VistA Imaging), DICOM standards, and wireless connectivity are mandatory. Training requirements include on-site clinical applications training for nurses and detailed biomedical technician training. Service mandates VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year warranty with PMs. Vendors are encouraged to propose added value offerings such as extended warranties, 3D imaging, and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The RFP also includes documentation requirements and details for trading in the current ultrasound unit.
The Salt Lake City VA Medical Center requires a replacement ultrasonic scanning system for Medicine Services. Key technical requirements include a minimum 12-inch screen with two split screens, 90-degree monitor and control panel rotation, +/- 15-degree tilting, three transducer ports, 256 GB image storage, 120-minute battery life, and maximum dimensions of 65x32x30 inches and 125 lbs. The system must support 2D, B-Mode, Tissue Harmonic Imaging, M-Mode, and Color Power Doppler scanning, with frequency, velocity, power, and duplex Doppler displays. Control panel specifications include a touchscreen, keyboard, and black and white printer. Additional features such as image annotation, one-button optimization, beam steering, standby mode, needle enhancement, image editing, and real-time Doppler measurements are required. Three transducers—curved linear (5-1 MHz), linear (12-3 MHz), and phased array (5-1 MHz)—are mandatory. Security and connectivity features include an OEM-supported OS, latest DICOM standards, FIPS 140-2/3 compliant wireless connectivity, an encrypted hard drive, and PACS compatibility with AGFA and VA VistA Imaging. Training requirements specify on-site clinical training for 10 registered nurses during go-live and follow-up, accommodating different shifts. Biomedical technician training information, including curriculum and length, must also be provided, with off-site training quoted as an optional item. Service requirements include VPN/remote diagnostics during and post-warranty, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Added value offerings like extended warranty, Cerner CareAware MultiMedia compatibility, a 5-year probe warranty, and 3D imaging are preferred. The proposal must also include a completed pre-procurement assessment, MDS2 form, FIPS certification, product brochures, technical specifications, typical drawings, and support information. A Sonosite X-PORTE (EE86140) is available for trade-in.
The San Francisco VA Medical Center seeks a mobile R/F Mini C-arm for orthopedic surgery, specifically for small bone visualization. The request outlines detailed technical specifications, including a flat panel detector (minimum 11x11 cm), specific ranges of motion, and a minimum monitor size of 20 inches. Additional requirements cover features like tube head controls, a wireless foot pedal, automatic video playback, and digital image manipulation. Security and connectivity are critical, requiring an OEM-supported operating system, encrypted hard drive, and compatibility with VA VistA Imaging, Philips Intellispace, and Keckler/Mizuho OR tables, along with FIPS 140-2/3 compliant wireless connectivity. The RFP also specifies training for clinical staff and biomedical technicians, a one-year manufacturer's warranty, and service requirements including VPN/remote access and comprehensive manuals. Vendors are encouraged to propose added value such as extended warranties or post-warranty remote diagnostic services. The facility has no trade-in units.
The San Francisco VA Medical Center requires one mobile Mini C-arm for orthopedic surgery, specifically for small bone visualization. Key technical specifications include a flat panel detector (minimum 11x11 cm), various ranges of motion, a 20-inch monitor, and storage for at least 8000 images. Additional features like a wireless foot pedal, touchscreen monitor, continuous fluoroscopy, and automatic brightness stabilization are required. Security and connectivity mandate an OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, Philips Intellispace), and secure wireless connectivity. Training involves on-site clinical applications for 5 technologists and 5 physicians, plus detailed biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty and a post-warranty remote diagnostic service program. The VA has no trade-in units.
The San Francisco VA Medical Center requires three new ultrasonic units to replace aging equipment from 2008, which has reached its end-of-life and will be traded in. The RFP outlines detailed technical specifications for the new units, including minimum screen and control panel dimensions, rotation capabilities, image storage (128 GB), battery life (60 minutes), and maximum equipment size and weight. Required features include various scanning modes (2D, M-Mode, Doppler), duplex Doppler displays, physical keyboard, touchscreen, black-and-white printer, needle enhancement, and a comprehensive suite of analysis packages (e.g., procedural, abdominal, vascular). Six specific transducers with defined frequency ranges are also mandated. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS integration with VA VistA Imaging, and FIPS 140-2/140-3 compliant wireless connectivity. The RFP also specifies training for technologists and physicians, a minimum one-year warranty with PMs, post-warranty remote diagnostic services, and provision of operator and service manuals. Vendors must also provide several supporting documents, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets.
The San Francisco VA Medical Center requires replacement of two end-of-life ultrasonic scanning systems (EE numbers 292523 and 293353) to maintain patient care and safety. The facility, located at 4150 Clement St, San Francisco, CA 94121, needs three new units for its Medical Service department. The solicitation specifies detailed technical requirements for the scanning systems, including minimum screen size, monitor rotation, control panel height, transducer ports, image storage, battery life, and maximum dimensions and weight. It also lists required scanning modes, Doppler displays, control panel specifications, needle enhancement, and various analysis packages, along with specific transducers. Security and connectivity mandates include OEM-supported operating systems, DICOM compatibility, encrypted hard drives, PACS compatibility with VA VistA Imaging, and wireless connectivity with FIPS 140-2 or 140-3 compliance. The RFP also outlines clinical and biomedical technician training requirements, service needs such as VPN/remote access and manuals, and a minimum one-year warranty. Vendors must include trade-in credits for the two existing Fujifilm Sonosite PX units, which are operational.
The San Francisco VA Medical Center requires three new ultrasonic systems to replace outdated equipment from 2008, which has reached its end-of-life and poses patient safety risks. The RFP outlines detailed technical specifications for the new systems, including physical dimensions, screen features, control panel rotation and height, transducer ports, image storage, and battery life. It also specifies required scanning modes, Doppler displays, control panel features (physical keyboard, touchscreen, printer), needle enhancement, and various analysis packages (procedural, abdominal, musculoskeletal, vascular, pelvic, obstetric, breast, cardiovascular). Additionally, the RFP details seven types of transducers with specific frequency ranges. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity with FIPS 140-2/3 compliance. Training requirements cover on-site clinical applications for technologists and physicians, with vendors accommodating different shifts. Biomedical technician training is also required, with off-site training quoted as an optional item. Service requirements mandate an additional year of warranty and a post-warranty remote diagnostic service program. Other documentation required includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification, product brochures, technical specification sheets, typical drawings, and support information. The VA is offering two existing Fujifilm Sonosite PX ultrasonic systems for trade-in. Vendors must adhere to a strict compliance matrix for responses.
The San Francisco VA Medical Center seeks to replace two end-of-life ultrasonic scanning systems (EE numbers 292523 and 293353) with three new units to maintain patient safety and quality of care. The RFP details extensive technical requirements, including specific physical dimensions, scanning modes (2D, M-Mode, Doppler variations), control panel features (physical keyboard, touchscreen), and analysis packages (procedural, abdominal, vascular, etc.). It also specifies six types of transducers with varying frequency ranges. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS-compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, and optional off-site biomedical technician training. Service demands cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors must provide documentation such as a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical training information. The existing systems are offered as trade-ins, with vendors expected to reflect any credits in their proposals.
The VA San Francisco VA Medical Center's Anesthesiology department requires two new ultrasound units to replace existing, unrepairable equipment. These units will be used for patient assessment and monitoring during surgery, including airway, vascular, and intraoperative screening. The RFP outlines detailed technical specifications for the ultrasounds, covering physical dimensions, scanning modes (2D, M-Mode, Doppler), control panel features, and analysis packages (procedural, abdominal, vascular). Additionally, the requirement specifies various transducers, advanced features like image storage, and stringent security/connectivity standards including PACS compatibility and FIPS 140-2/3 compliance for wireless connectivity. The vendor must provide on-site clinical and biomedical technician training, a one-year warranty with PMs, and offer remote diagnostic programs. The RFP also details required documentation, optional added-value offerings, and lists two non-operational ultrasound units (Fujifilm Sonosite Edge and GE Healthcare LOGIQ E) available for trade-in.
The VA San Francisco VA Medical Center's Anesthesiology department requires two new ultrasonic scanning systems to replace unrepairable units. These units will be used for intraoperative patient assessment and monitoring, including airways, vascular, and general screening. Key technical requirements include a minimum 15-inch screen, 2 split screens, 3 transducer ports, 1-2 TB image storage, and 120 minutes battery life, with specific dimensions and weight limits. The systems must support various scanning modes (2D, M-Mode, Doppler types), Doppler displays, and control panel features (touchscreen, keyboard). Required analysis packages cover procedural, abdominal, musculoskeletal, small parts, vascular, and DVT. Four specific transducers with defined frequency ranges and scan depths are also mandated. Security and connectivity features include an OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility (VA VistA Imaging, Philips Intellispace), and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications for 5 technologists and 5 physicians, with continuing education credits for technologists, and biomedical technician training. Service requirements detail VPN/remote access, operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Optional added value includes extended warranty and post-warranty remote diagnostic service. The RFP also includes requirements for documentation, such as a pre-procurement assessment and MDS2 form, and details for trading in two non-operational ultrasound units: an Edge Sonosite and a LOGIQ E GE Ultrasound.
This government file outlines a requirement for the VA San Francisco VA Medical Center's Anesthesiology department to procure two new ultrasound units. These units are intended to replace existing equipment that is beyond economical repair and will be used during surgeries for patient assessment and monitoring, including airways, vascular, and intraoperative screening. The document details extensive technical specifications for the ultrasound units, covering physical dimensions, scanning modes, Doppler displays, control panel features, additional specifications, and analysis packages. It also specifies requirements for transducers, advanced features like image storage, and security/connectivity, including OEM-supported operating systems, encrypted hard drives, and PACS compatibility. Training requirements for clinical applications and biomedical technicians are outlined, alongside service requirements such as VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings like extended warranties. The file also lists other required documentation, including pre-procurement forms, product brochures, and technical specification sheets. Finally, it provides details for two non-operational ultrasound units (Fujifilm Sonosite Edge and GE Healthcare LOGIQ E) available for trade-in, specifying their condition and installation dates.
The VA San Francisco VA Medical Center's Anesthesiology department requires two ultrasonic scanning systems to replace existing units that are beyond economical repair. These units will be used during surgeries for patient assessment and monitoring, including airways, vascular, and intraoperative screening. The technical requirements are extensive, covering physical specifications like a minimum 15-inch screen, 3 transducer ports, 1-2 TB image storage, and 120 minutes of battery life. The systems must support various scanning modes (2D, M-Mode, Doppler), have touchscreen control panels, programmable protocols, and PACS compatibility. Specific analysis packages (procedural, abdominal, vascular) and transducers (curved, linear, phased-array with varying frequency ranges and scan depths) are also required. Security features include an OEM-supported OS, DICOM compliance, encrypted hard drive, and wireless connectivity. Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits, and optional off-site biomedical technician training. Service requirements specify remote diagnostics, operator and service manuals, and a minimum one-year warranty. Added value offerings like extended warranties and long-range plans are encouraged. The procurement also involves trade-in of two non-operational ultrasound units: a Fujifilm Sonosite Edge and a GE Healthcare LOGIQ E.
The Puget Sound VAMC requires two new mobile R/F mini C-arms for its Anesthesia Department due to existing equipment being over 10 years old and one unit being irreparable. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions, image quality (flat panel detector, 1920x1080 pixels), range of motion, and advanced features such as image magnification, consistent field of view, tube head controls, and automatic video playback. Additional requirements cover security and connectivity, emphasizing OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA Imaging and Carestream), and wireless connectivity (FIPS 140-2/140-3 compliant). The RFP also specifies training for clinical staff and biomedical technicians, service requirements including remote diagnostics and manuals, and preferred added-value offerings like extended warranties. Vendors must provide comprehensive documentation, including technical specifications and support information. The VA has no trade-in units. This procurement is urgent to address critical equipment shortages.
The Puget Sound VAMC requires two new mobile R/F mini C-arms for its Anesthesia Department due to existing equipment being over 10 years old and one unit being irreparable. The Request for Proposal (RFP) outlines detailed technical specifications, including physical dimensions, image quality (flat panel detector, 1920x1080 pixels), range of motion, and advanced features such as image magnification, consistent field of view, tube head controls, and automatic video playback. Additional requirements cover security and connectivity, emphasizing OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA Imaging and Carestream), and wireless connectivity (FIPS 140-2/140-3 compliant). The RFP also specifies training for clinical staff and biomedical technicians, service requirements including remote diagnostics and manuals, and preferred added-value offerings like extended warranties. Vendors must provide comprehensive documentation, including technical specifications and support information. The VA has no trade-in units. This procurement is urgent to address critical equipment shortages.
The Sheridan HCS seeks to procure a 1.5T MRI system with a big bore for various MR exams, excluding breast and fMRI. Key technical requirements include a 1.5T magnetic field, a minimum 70cm bore width, and a 50x50x50cm field of view. The system must have an attached, motorized patient table with a 550lb capacity, and advanced features like compressed sensing, motion correction, helium save technology, noise reduction, and a UPS for 7-minute full functionality. Workstation requirements include 24-inch monitors and significant hard drive space. The RFP specifies numerous coil types (e.g., torso, knee, head/neck/spine), safety systems for magnet quenching, and advanced applications such as 3D processing, neuro, and cardiovascular imaging. Security and connectivity demand an OEM-supported OS, DICOM compatibility, encrypted hard drives, and PACS integration with VA VistA Imaging and AGFA. Training includes on-site clinical applications for technologists (with CMEs) and optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty with PMs. Preferred "added value" items include extended warranties and enhanced patient comfort. The proposal also requires various documentation and specifies trade-in equipment: a Philips Ingenia 1.5T MRI and a Liebel Flarsheim Optistar-Elite injector.
The Sheridan VA Medical Center seeks to procure a 1.5T Magnetic Resonance Imaging (MRI) system for its Radiology department, located in Room 71N, 1st floor new construction. The RFP details extensive technical, table, workstation, coil, safety, advanced applications, security, and connectivity requirements. Key specifications include a minimum bore width of 70 cm, 140 cm depth, 50x50x50 cm field of view, and a 1.5T magnetic field strength. The system must include one motorized table with a minimum load capacity of 550 lbs and various advanced features like compressed sense and motion correction technology. Workstations require minimum 24-inch monitors and significant hard drive space. A comprehensive set of coils is specified, along with robust safety systems, advanced imaging applications, and PACS compatibility with VA VistA Imaging and AGFA. Training requirements include on-site clinical and biomedical technician training, with off-site training available as an option. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The facility also has existing Philips Ingenia 1.5T MRI and Liebel Flarsheim Optistar-Elite injector equipment available for trade-in.
The Sheridan VA Medical Center seeks to procure a 1.5T MRI system for its Radiology Department, located in Room 71N of the new construction. The facility requires a big bore MRI capable of performing all types of MR exams except breast and fMRI. Key technical specifications include a minimum bore width of 70 cm, a minimum bore depth of 140 cm, a minimum slew rate of 125 T/m/s, and a minimum of 16 channels. The system must support advanced features like compressed sense, motion correction, helium save, and noise reduction technologies. Workstation requirements include a minimum 24-inch monitor and 1000 GB hard drive for acquisition, and a minimum 24-inch monitor and 500 GB hard drive for processing. Required coils encompass a wide range including torso, knee, shoulder, and head/neck/spine/array. Safety features mandate a magnet quenching and emergency shutdown system, a fire suppression system, and active shielding. The system must also be PACS compatible with VA VistA Imaging and AGFA. Training requirements include on-site clinical applications training for technologists and biomedical technician training. The VA has a Philips Ingenia 1.5T MRI and Liebel Flarsheim Optistar-Elite contrast media injectors available for trade-in. Vendors are encouraged to offer added value such as extended warranties, remote diagnostic services, and deep learning reconstruction AI.
The Sheridan HCS seeks to procure a 1.5T MRI system with a big bore for various MR exams, excluding breast and fMRI. Key technical requirements include a 70cm minimum bore width, 1.5T field strength, attached patient table with a 550 lbs capacity, and advanced features like compressed sense and motion correction. The system needs specific coils (e.g., torso, knee, head/neck/spine), workstation requirements (24-inch monitors, 1000GB HDD for acquisition), and safety features like magnet quenching alarms and a fire suppression system. Training for technologists and biomedical technicians, along with a one-year warranty, service manuals, and VPN/remote access, are mandatory. The solicitation also includes provisions for trade-in of existing Philips Ingenia 1.5T MRI and Liebel Flarsheim Optistar-Elite injector equipment, with vendors expected to provide credits for these items.
The Audie L. Murphy (ALM) VA Hospital in San Antonio, TX, requires two new ultrasound scanning units for its Interventional Radiology, Imaging Service department. The Request for Proposal (RFP) details comprehensive technical specifications for these units, including physical dimensions, scanning modes (2D, 3D, M-Mode, Doppler variations), Doppler displays, control panel features (physical and touchscreen keyboards), and various additional functionalities like image annotation and needle enhancement. The RFP also specifies required analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, and breast imaging, along with specific transducers with defined frequency ranges. Key security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drives, and wireless connectivity with FIPS compliance. Training requirements include on-site clinical applications training for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and additional service programs. The VA has no trade-in units or ancillary equipment to offer.
STX Interventional Radiology (IR) at Audie L. Murphy (ALM) VA Hospital requires two new ultrasonic scanning units to replace outdated, borrowed equipment. These units are critical for vascular access, biopsies, fluid drainages, and general body imaging to support IR procedures for veterans. The technical specifications include a minimum 23-inch screen, 180-degree monitor rotation, various scanning modes (2D, 3D, Doppler), and advanced control panel features like physical and touchscreen keyboards. Additional requirements cover image annotation, one-button optimization, PACS compatibility (VA VistA Imaging, Change Healthcare v14.x), and encrypted hard drives. Training mandates on-site clinical applications for technologists and physicians, with continuing education credits. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. An additional year of warranty is preferred for added value. The VA has no trade-in units or ancillary equipment to offer.
The government file is an RFP for a replacement Computed Tomography (CT) scanner for the Audie Murphy STXHCS in San Antonio, TX. The request outlines detailed technical specifications for the CT unit, including minimum slices (320), gantry aperture (80cm), and detector width (150mm), along with requirements for image quality and dose display. Additional specifications cover workstation capabilities, advanced applications like CT Fluoroscopy and Cardiac CT, and security/connectivity needs such as PACS compatibility and encrypted hard drives. The RFP also specifies training requirements for technologists and biomedical technicians, service expectations including remote diagnostics and manuals, and preferred added-value offerings like extended warranties. The VA is offering a GE Discovery CT 750HD for trade-in. Vendors must adhere to a strict compliance matrix, providing supporting documentation for their responses.
Audie Murphy STXHCS Imaging Service is seeking a replacement CT scanner with specific technical, workstation, training, and service requirements. The scanner must have 320 slices, an 80cm gantry aperture, and a 680lb table capacity, with advanced features like dual-energy imaging and iterative reconstruction. Workstations require 19-inch monitors and 500GB hard drives, with UPS for 5 minutes of full functionality. Training includes on-site and off-site clinical applications for technologists and physicians, with CME credits. Biomedical technical training is also required. Service necessitates VPN/remote access, operator and service manuals, and a one-year warranty. Added value offerings like extended warranties and faster rotation times are encouraged. The project also involves trade-in of a GE Discovery CT 750HD and requires comprehensive documentation, including pre-procurement forms, MDS2, FIPS certification, product brochures, and technical training details.
Audie Murphy STXHCS in San Antonio, TX, is seeking a replacement Computed Tomography (CT) scanner for its main imaging department, as the current unit is reaching its end-of-life. The new scanner will be used for all CT cases, including low-dose chest CT, vascular, coronary, and IR procedures. The Request for Proposal (RFP) outlines detailed technical specifications for the CT unit, including minimum slices, gantry aperture, detector width, scan field of view, reconstruction slice width, low-contrast resolution, table height range, patient table load capacity, rotation time, reconstruction speed, X-ray heat content, and bore size. It also specifies requirements for advanced features like dose display, ECG gating, dual-energy imaging, iterative reconstruction, triggered studies, and a contrast injector with synchronicity. Workstation requirements, security features, and PACS/Dose Tracking System compatibility are also detailed. The RFP emphasizes training for technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings such as extended warranties and faster rotation times. The VA has a GE Discovery CT 750HD available for trade-in. This comprehensive RFP aims to procure a state-of-the-art CT scanner to enhance imaging services at the facility.
The Audie Murphy STXHCS Imaging service is seeking a replacement Computed Tomography (CT) scanner for its main imaging department in San Antonio, TX. This RFP outlines detailed technical requirements, including a minimum of 320 slices, an 80cm gantry aperture, and a 680 lbs patient table load capacity. The scanner must feature independent operation of table/gantry/fluoroscopy, dual energy imaging, dose display capabilities, iterative reconstruction, and advanced applications like CT Fluoroscopy and Cardiac CT. Workstation requirements include 19-inch monitors and 500GB hard drives, both with UPS. Security mandates OEM-supported OS, DICOM compliance, encrypted hard drives, and integration with VA VistA Imaging, Change Healthcare, Radimetrics, and TeraRecon Intuition. Training requirements specify on-site clinical applications for technologists and physicians, with continuing education credits, and optional off-site biomedical technician training. Service demands VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering all parts, labor, and PMs. Preferred
The San Juan Puerto Rico VA Medical Center is seeking a mobile R/F unit, specifically an OEC Elite CFD 31cm Digital Mobile Ergo C-arm Vascular MTS with OEC Touch, for its Surgery department. This RFP outlines detailed technical requirements, including unit physical specifications (e.g., flat panel detector, 31x31cm minimum detector size, 2.5 lp/mm central resolution, various ranges of motion, 15 kW generator, 40,000 image capacity, 1536x1496 matrix), additional features (e.g., image magnification, low profile tube housing, foot pedal, touchscreen monitor, continuous fluoroscopy), advanced applications (e.g., Digital Subtraction Angiography, Roadmap technology), and security/connectivity requirements (e.g., OEM-supported OS, encrypted hard drive, PACS compatibility). The request also details comprehensive training requirements for technologists and physicians, biomedical technician training, and service requirements including VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value such as extended warranties or post-warranty remote diagnostic services. The VA has no trade-in units. The primary goal is to enhance imaging quality, reduce radiation exposure, improve procedural efficiency, and achieve better patient outcomes and cost savings for complex vascular procedures in the OR.
The San Juan Puerto Rico VA Medical Center requires one OEC Elite CFD 31cm Digital Mobile Ergo C-arm Vascular MTS with OEC Touch for its OR department to perform complex vascular procedures. This RFP details extensive technical specifications, including a 31cm x 31cm flat panel detector, 2.5 lp/mm spatial resolution, and a 15kW generator. Additional features such as image magnification, various range of motion capabilities, a minimum of 40,000 image capacity, and advanced applications like Digital Subtraction Angiography (DSA) and Roadmap technology are required. The unit must also meet security and connectivity requirements, including DICOM compatibility, encrypted hard drives, and PACS integration with VA VistA Imaging. Training requirements cover on-site clinical applications for technologists and physicians, with continuing education credits for technologists, and detailed biomedical technician training. Service mandates include VPN/remote access, two copies of operator and service manuals, and a one-year manufacturer's warranty. Preferred added values include extended warranty, post-warranty remote diagnostic service, and a long-range version plan. Required documentation for submission includes a pre-procurement assessment form, MDS2 form, FIPS 140-2 or 140-3 certification, product brochures, and technical specification sheets.
The government file details a Request for Proposal (RFP) for one Portable C-Arm with vascular imaging capability for the San Juan Puerto Rico VA Medical Center's Surgery Department. The primary goal is to enhance imaging quality, reduce radiation exposure, improve procedural efficiency, and achieve better patient outcomes and cost savings. The RFP outlines extensive technical requirements, including specifications for unit physical dimensions, image type, resolution, range of motion, generator output, monitor size, and image storage capacity. It also specifies additional features like image magnification, consistent field of view, tube head controls, and various software capabilities such as Digital Subtraction Angiography (DSA) and roadmap technology for vascular imaging. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity. The document further details mandatory clinical and biomedical technician training, service requirements like VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value offerings beyond the minimum requirements for service, warranty, and training, and must provide extensive documentation including pre-procurement forms, MDS2, FIPS certification, product brochures, and technical specification sheets.
The San Juan Puerto Rico VA Medical Center requires one portable C-Arm with vascular imaging capabilities for its OR department. This equipment must meet specific technical requirements, including a flat panel detector, a minimum 31cm x 31cm detector size, 2.5 lp/mm spatial resolution, and extensive range of motion. Additional specifications include image magnification, low profile tube housing, foot pedal, and motion/metal detection. Advanced applications like Digital Subtraction Angiography (DSA) and Roadmap technology are also required. The system needs OEM-supported operating system, DICOM compatibility, encrypted hard drive, and wireless connectivity. Training for technologists and physicians, and biomedical technician training, are mandatory. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Added value offerings like extended warranty are preferred but not required.
The Department of Veterans Affairs (VA) requires a fixed-price purchase order for one Bone Densitometer: DXA for the Nuclear Medicine at the VA Caribbean Healthcare System (VACHS) in San Juan, PR. This acquisition will enhance precision in measuring body mineral density and fat tissue mass. Technical requirements include detailed physical specifications (e.g., 1500 watts generator power, 311 kg max system weight), wireless detector configuration, and specific software solutions, notably an upgrade from Windows 7 to Windows 10 for unsupported equipment. Security and connectivity mandate OEM-supported OS, latest DICOM standards, FIPS 140-2/3 compliant wireless connectivity, encrypted hard drive, and VA VistA Imaging compatibility. Training involves on-site clinical applications for four technologists and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies each of operator and service manuals, and a one-year manufacturer's warranty including parts, labor, and PMs. The VA encourages proposals that exceed minimum requirements, such as additional warranty years or a post-warranty remote diagnostic service program. The VA also has a HOLOGIC HORIZON-A densitometer available for trade-in.
This government file is an RFP for a Bone Densitometer (Model HORIZON A) for the San Juan VA Station 672, Nuclear Medicine Service. The RFP outlines detailed technical specifications for the densitometer, including scan times for various body parts, physical dimensions, and system components like the computer workstation and printer. It also specifies requirements for additional features such as a fan-beam system, daily calibrations, integrated dose reporting, and PACS compatibility. The document details migration requirements, including the transfer of existing studies, and security/connectivity needs like an OEM-supported operating system and encrypted hard drive. Training requirements cover both clinical applications for technologists and biomedical technician training. Service requirements emphasize VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty. The RFP also solicits information on added value offerings, preferred additional specifications, and details for a trade-in of an existing Hologic Horizon DXA model. Turnkey installation services are not required.
The San Juan Puerto Rico VA Medical Center is seeking a Bone Densitometer system to replace aging technology, improve diagnostic accuracy, and ensure compliance with VA imaging, cybersecurity, and interoperability requirements. The solicitation outlines detailed technical specifications for the densitometer, including scan times, physical dimensions, and additional features like fan beam technology, daily calibrations, and integrated dose reporting. It also specifies migration requirements for existing studies, security and connectivity requirements such as OEM-supported operating systems and PACS compatibility, and comprehensive training requirements for both clinical technologists and biomedical technicians. Service requirements include VPN/remote access capabilities, provision of operator and service manuals, and a minimum one-year warranty with parts, labor, and manufacturer-required PMs. Vendors are encouraged to propose added value offerings beyond the minimum requirements. The RFP also includes provisions for the trade-in of an existing Hologic DISCOVERY A densitometer.
The San Juan Puerto Rico VA Medical Center requires a Bone Densitometer system to replace aging technology and enhance diagnostic imaging capabilities. The system must meet specific technical requirements, including scan times, physical dimensions, and advanced features like a fan beam system, daily calibrations, integrated dose reporting, and a workstation UPS. Crucially, it must support the migration of 37.4 GB of existing bone densitometer data on-site, ensuring information security. Security and connectivity are paramount, demanding an OEM-supported operating system, DICOM compliance, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2 or 140-3 compliant wireless connectivity. The acquisition also mandates on-site clinical training for technologists with CME credits and available biomedical technician training. Service requirements include vendor VPN/remote access, operator and service manuals, and a one-year warranty covering all parts and labor. The proposal encourages vendors to offer added value and requires specific documentation, including pre-procurement forms, MDS2, FIPS certification, and product brochures. A Hologic DISCOVERY A densitometer is available for trade-in.
The VA Caribbean Healthcare System in San Juan, PR, is seeking two Philips Healthcare System EPIQ ELITE ultrasonic scanning systems for its Radiology Service. The RFP details extensive technical requirements including physical specifications (20-inch screen, 60-minute battery life, 2TB image storage), various scanning modes (2D, 3D, Doppler, Tissue Harmonic Imaging), and Doppler display options. Control panel specifications include physical and touchscreen keyboards, and a black-and-white printer. Additional features like panoramic mode, multi-modality display, image annotation, and one-button optimization are required. Analysis packages for abdominal, vascular, pelvic, and obstetric studies are necessary, along with specific transducers (curve, linear, endovaginal). Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2/3 compliant wireless connectivity. Training involves on-site clinical applications for 11 technologists and physicians, with CME credits. Added value offerings like extended warranty, post-warranty remote diagnostics, and Cerner CareAware MultiMedia compatibility are encouraged. Vendors must provide detailed documentation, including product brochures, technical specifications, and support information.
The VA Caribbean Healthcare System in San Juan, PR, requires two ultrasonic scanning systems for its Radiology Service/Ultrasound department. These systems are intended for vascular and sonography studies to improve accessibility and quality of diagnostic services for Veterans. Technical specifications include a minimum 20-inch screen, 180-degree monitor rotation, 3 transducer ports, 2TB image storage, and 60 minutes battery life. Required scanning modes include 2D, 3D, various Dopplers, and Tissue Harmonic Imaging. The control panel must feature a physical keyboard, touchscreen, and articulating support arm. Additional specifications include panoramic mode, image annotation, one-button optimization, PACS compatibility (VA VistA Imaging), and specific analysis packages (abdominal, small parts, vascular, pelvic, urology, obstetric, breast). The systems also need curve, linear, and endovaginal transducers with specified frequency ranges. Security requirements include an OEM-supported OS, DICOM features, encrypted hard drive, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for 11 technologists, with follow-up training and CME credits. Vendors must also provide operator and service manuals, a one-year warranty, and offer optional extended warranty and post-warranty remote diagnostic services. The device should be compatible with Cerner CareAware MultiMedia Release 7 for patient ID data transmission.
This government file outlines the requirements for the procurement of two ultrasonic scanning systems for the VA Caribbean Healthcare System in San Juan, PR, specifically for the Radiology Service/Ultrasound department. The purpose is to enhance accessibility for diagnostic studies for Veterans, focusing on vascular and sonography applications. The document details extensive technical specifications for the ultrasonic units, including physical dimensions, scanning modes (2D, 3D, Doppler varieties), control panel features (physical and touchscreen keyboards), and additional functionalities like panoramic mode and image optimization. It also specifies required analysis packages for various medical specialties and transducer types with their frequency ranges. Crucially, the RFP outlines stringent security and connectivity requirements, including OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA Imaging), and wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, with provisions for continuing education credits. Service requirements emphasize VPN/remote access for diagnostics during and after the warranty period. Vendors are also encouraged to provide added value offerings such as extended warranties and post-warranty remote diagnostic programs. The file mandates the submission of various documents, including operator and service manuals, product brochures, and security forms, to ensure comprehensive compliance and support for the new systems.
The VA Caribbean Healthcare System in San Juan, PR, requires two ultrasonic scanning systems for its Radiology Service/Ultrasound department to improve accessibility and service quality for Veterans. The detailed technical specifications include minimum screen sizes, monitor rotation, transducer ports, 2TB image storage, and 60 minutes of battery life. Required scanning modes encompass 2D, 3D, Tissue Harmonic Imaging, and various Doppler modes. The systems must have physical and touchscreen keyboards, a black-and-white printer, and an articulating support arm. Additional specifications include panoramic mode, image annotation, one-button optimization, programmable protocols, and PACS compatibility. Seven analysis packages, including vascular and obstetric, and four types of transducers with specific frequency ranges are mandatory. Security features require an OEM-supported operating system, DICOM compliance, an encrypted hard drive, and wireless connectivity compatible with FIPS 140-2/3. Training mandates on-site clinical applications for 11 technologists during go-live and follow-up, with continuing education credits. Biomedical technician training information is also required. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty covering all parts and labor, including PMs. Preferred added values include an additional year of warranty, a post-warranty remote diagnostic service program, and device compatibility with Cerner CareAware MultiMedia Release 7.
The VA Caribbean Healthcare System in San Juan, PR, requires one ultrasonic unit for its Medical/Cardiology department. The solicitation details extensive technical specifications, including various 2D, 3D, and Doppler scanning modes, a control panel with physical and touchscreen keyboards, and advanced features like image annotation and one-button optimization. The unit must also include specific analysis packages (Cardiovascular Clinical, Mitral Valve Navigator, Cardiac 3D Quantification) and transducers (X5-1c and X11-4t). Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, and PACS compatibility (ISCV-Philips, VA VistA Imaging-PDF). Training requirements encompass on-site clinical application training for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information is also required. Service requirements involve VPN/remote access for diagnostics and the provision of operator and service manuals. A minimum one-year warranty covering parts, labor, and PMs is mandatory. The VA has no trade-in units available.
The VA Caribbean Healthcare System in San Juan, PR, requires one ultrasonic scanning system for its Medical/Cardiology department. The system must include specific physical specifications, such as a 3rd-generation xMATRIX sector array transthoracic transducer, a miniaturized 2D/3D transesophageal echo (TEE) phased-array transducer, a 22-inch second-generation OLED monitor, infinite articulation, a 21.5-inch high-definition LCD display, and four transducer ports. It must support 2D, 3D (freehand), Tissue Harmonic Imaging, M-Mode, Simultaneous M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler, and Tissue Doppler Imaging scanning modes. Required Doppler displays include Frequency, Velocity, and Duplex. The control panel must feature a physical keyboard, touchscreen, keyboard on touchscreen, and an articulating support arm. Additional specifications include image annotation, one-button image optimization for both image and Doppler, programmable protocols, built-in customizable PACS-compatible forms, patient worklist creation with network connection, digital calipers, and ECG information reception. Analysis packages must include Cardiovascular Clinical, Mitral Valve Navigator, and Cardiac 3D Quantification. Required transducers are the X5-1c (5-1 MHz) and X11-4t (4 MHz). Advanced features include image storage. Security and connectivity requirements specify an OEM-supported operating system, latest DICOM standards, wireless connectivity (802.11b/g/n, FIPS 140-2 or FIPS-3 compliant), encrypted hard drive, and PACS compatibility (ISCV-Philips, VA VistA Imaging-PDF). Training requirements involve on-site clinical applications for four technologists and fifteen physicians, with CME credits for technologists. Biomedical technician training is optional. Service requirements include VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Added value considerations include a post-warranty remote diagnostic service program. The VA has no trade-in units.
The VA Caribbean Healthcare System, specifically the Rehabilitation Medicine department in San Juan, PR, requires two ultrasonic units. Key technical specifications include a 14-inch minimum screen, 50-55 inch monitor height, 55-minute battery life, and various scanning modes like 2D, Tissue Harmonic Imaging, M-Mode, and multiple Doppler types. The units must also feature a touchscreen control panel, panoramic mode, image annotation, beam steering, needle enhancement, and digital calipers. Required analysis packages include procedural, abdominal, musculoskeletal, small parts, vascular, urology, obstetric, and breast. Transducers needed are linear, curved, and hockey stick probes with specified frequency ranges. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2 or 140-3 compliant wireless connectivity. Vendors must provide on-site clinical applications training and information on biomedical technician training, along with remote access for diagnostics, operator/service manuals, and a one-year warranty. VA has no trade-in equipment available.
The Caribbean Healthcare System at San Juan requires two Venue Fit R5 Standard Ultrasound Systems for its Physical and Rehabilitation Service. This equipment will be used for guided injection procedures, improving treatment efficiency and patient safety for musculoskeletal conditions, pain syndromes, and spasticity management. Key technical requirements include a 14” minimum screen size, 55 minutes minimum battery life, and various scanning modes such as 2D, Tissue Harmonic Imaging, M-Mode, and multiple Doppler types. The system must also feature a touchscreen monitor, panoramic mode, image annotation, needle enhancement, and digital calipers. Required analysis packages include procedural, abdominal, musculoskeletal clinical, small parts, vascular, urology, obstetric, and breast. The request specifies linear, curved, and hockey stick transducers with defined frequency ranges. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity to the VA network (802.11b/g/n, FIPS 140-2/3 compliant). Training requirements include on-site clinical applications training for physicians during go-live. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as additional warranty years or a post-warranty remote diagnostic service program.
The VA Caribbean Healthcare System in San Juan, PR, is seeking two Point-of-Care Ultrasound systems for its Rehabilitation Medicine service. These ultrasounds will aid physicians with guided injection procedures, improving treatment efficiency and patient safety for musculoskeletal conditions, pain syndromes, and spasticity management. The request outlines detailed technical specifications including minimum screen size, monitor and control panel height ranges, battery life, maximum dimensions and weight, and various scanning modes (2D, M-Mode, Doppler types). It also specifies required Doppler displays, control panel features (touchscreen), additional functionalities (panoramic, image annotation, needle enhancement), and analysis packages (procedural, musculoskeletal, vascular). Three types of transducers (linear, curved, hockey stick) with specific frequency ranges are required. Security and connectivity requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility, and wireless connectivity with FIPS compliance. Training requirements cover on-site clinical applications for physicians and detailed biomedical technician training. Service requirements include VPN/remote access for diagnostics, with optional post-warranty programs. The RFP also details minimum warranty, required documentation (manuals, brochures, technical sheets), and preferred added-value offerings like extended warranty and long-range platform plans. No trade-in units are available.
The Caribbean Healthcare System at San Juan requires two Point-of-Care Ultrasounds for its Physical and Rehabilitation Service. These ultrasounds will assist physicians with guided injection procedures, improving treatment efficiency and patient safety for musculoskeletal conditions, pain syndromes, and spasticity management. The technical requirements include specific physical dimensions, a minimum 14-inch screen, various scanning and Doppler modes, a touchscreen control panel, and analysis packages for procedural, abdominal, musculoskeletal, small parts, vascular, urology, obstetric, and breast applications. Three types of transducers (linear, curved, and hockey stick) with specified frequency ranges are also required. Security and connectivity features mandate an OEM-supported operating system, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training requirements include on-site clinical applications training for physicians and detailed biomedical technician training, quoted as an optional item. Service requirements involve vendor-provided VPN/remote access for diagnostics, two copies each of operator and service manuals, and a minimum one-year manufacturer's warranty covering parts, labor, and PMs. Additional preferred but not required specifications include an extended warranty, post-warranty remote diagnostic service, and a version/platform long-range plan. The VA has no trade-in units.
This government file details a request for proposal (RFP) for three Philips Mobile 7000M DXR Radiographic Units for the VA San Juan Medical Center, aiming to replace outdated equipment. The RFP specifies comprehensive technical requirements for the mobile X-ray units, including generator power, kV/mAs ranges, tube specifications, detector configurations, and various additional features such as automatic dose control, onboard displays, and wireless capabilities. It also outlines training requirements for clinical technologists and biomedical technicians, service expectations like remote diagnostics and warranty, and security/connectivity standards, including PACS compatibility and FIPS compliance. The document also lists equipment available for trade-in, emphasizing the need for robust, modern systems with lower maintenance costs and enhanced imaging for improved patient care.
The Department of Veterans Affairs is soliciting proposals for three mobile radiographic units for the VA San Juan Medical Center. The requirement is for Radiography 7000M Premium Systems to replace aging equipment, aiming for lower maintenance, enhanced image quality, and optimized radiation dose. Key technical specifications include a 40kW generator, 40-150kV range, 950GB hard drive, and an 8-hour battery life. The units must have a wireless detector, various additional features like automatic dose control and a collapsible column, and specific software solutions for image processing and dose reduction. Security requirements include OEM-supported OS, DICOM compatibility, FIPS 140-2/3 compliant wireless connectivity, and an encrypted hard drive. Training for 20 technologists and biomedical technicians, along with a one-year warranty, remote diagnostics, and detailed manuals, are mandatory. The RFP also includes trade-in information for three existing Canon RADPRO 40KW FLEX PLUS units.
The document outlines a solicitation for three mobile radiographic units for the VA San Juan Medical Center's Radiology Department. Philips, with model Mobile 7000M DXR, is the offeror. The requirement details extensive technical specifications for the units, including generator power (30kW), kV range (50-125kVp), mAs range (10-500), and battery life (8 working hours). Wireless detector configuration, additional features like automatic dose control and collapsible columns, and software solutions for rapid image display and annotation are also specified. Security and connectivity requirements include OEM-supported operating systems, DICOM compatibility, wireless connectivity to the VA network, encrypted hard drives, and PACS integration. The solicitation also mandates clinical and biomedical technician training, VPN/remote access, and provision of service and operator manuals with a minimum one-year warranty. Vendors are encouraged to offer additional warranty years and device compatibility with Cerner CareAware MultiMedia (CAMM) for added value. Required documentation includes a pre-procurement assessment form, manufacturer disclosure statement, FIPS compliance, product brochures, and technical training information.
The Department of Veterans Affairs requires three mobile radiographic units for the VA San Juan Medical Center. These units must meet stringent technical specifications, including a 30kW generator, 50-125kVp range, 950GB hard drive, and an 8-hour battery life. They need one 14x17in wireless detector with reinforced corners and a 4-hour battery life. Additional features like automatic dose control, on-board image display, and PACS compatibility are mandatory. The vendor must provide on-site clinical training for 20 technologists and offer biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. Added value considerations include extended warranties and Cerner CareAware MultiMedia compatibility. The solicitation also includes specific documentation requirements and details for trading in three operational Canon RADPRO 40KW FLEX PLUS units.
The James A. Haley VA Hospital's Pulmonary Department requires three ultrasound devices, as detailed in this compliance matrix. The technical specifications include a minimum 20-inch screen, 0-60 degree tilting, 52-inch monitor height range, two transducer ports, 100 GB image storage, two-hour battery life, maximum dimensions of 24”x30”, and a maximum weight of 120 lbs. Required scanning modes encompass 2D, Tissue Harmonic Imaging, M-Mode, Simultaneous M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler, and Tissue Doppler Imaging. The devices must support frequency, velocity, power, duplex, and triplex Doppler displays, and feature a touchscreen control panel with a keyboard. Additional specifications include image annotation, one-button image optimization, programmable protocols, standby/sleep mode, needle enhancement, image editing, and digital calipers. The devices need various analysis packages (Procedural, Abdominal, Musculoskeletal Clinical, Small Parts, Vascular, Pelvic, Urology, Obstetric, Breast, Cardiovascular Clinical), and two types of broadband line transducers (12-3 MHz and 19-5 MHz). Security requirements include an OEM-supported operating system, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and FIPS 140-2 or 140-3 compliant wireless connectivity. Training requirements specify on-site clinical applications training for five technologists during go-live and accommodation for different shifts. Vendors must also provide technical training information for biomedical technicians. Service requirements include VPN/remote access for diagnostics during and after the warranty period. Required documentation includes operator and service manuals, product brochures, technical specification sheets, and typical CAD drawings. Preferred added value offerings include extended warranty, post-warranty remote diagnostics, version/platform long-range plans, and complimentary biomed training. The VA has no trade-in units or ancillary equipment to offer.
The James A. Haley Veterans’ Hospital requires three ultrasonic scanning systems for its Pulmonary Department in Tampa, FL. These systems must meet specific technical requirements, including a minimum 20-inch screen, two split screens, 0-60 degrees tilting, 52-inch monitor height, two transducer ports, 100 GB image storage, and two hours of battery life. The equipment's maximum dimensions are 24” x 30” x 30” and 120 lbs. Required scanning modes include 2D, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler, Continuous Wave Doppler, Velocity Color Doppler, Color Power Doppler, and Tissue Doppler Imaging. Doppler displays must feature Frequency, Velocity, Power, Duplex, and Triplex. Control panels must have a touchscreen, keyboard, and articulating support arm. Additional specifications include image annotation, one-button optimization, programmable protocols, standby/sleep mode, needle enhancement, image editing, and digital calipers. The systems need various analysis packages (procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, breast, cardiovascular). Two broadband linear transducers (12-3 MHz and 19-5 MHz) are required. Security and connectivity requirements include OEM-supported OS, DICOM compatibility, encrypted hard drive, PACS compatibility with VA VistA Imaging, and wireless connectivity (802.11b/g/n, FIPS 140-2/3 compliant). Training includes on-site clinical applications for five technologists and biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty including parts, labor, and PMs. Preferred added values include extended warranty, post-warranty remote diagnostics, platform long-range plans, and complimentary biomed training. Vendors must provide specific documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specifications, CAD drawings, technical training information, and support structure details. The VA has no trade-in units or ancillary equipment.
The James A. Haley VA Hospital's Pulmonary Department requires three ultrasonic devices. The Request for Proposal outlines detailed technical specifications, including a minimum 19-inch screen, 2-hour battery life, and specific dimensions. Required scanning modes include 2D, M-Mode, and various Doppler types, alongside features like touchscreen controls, image annotation, and needle enhancement. The RFP also specifies necessary analysis packages, two types of broadband linear transducers, and security/connectivity requirements such as PACS compatibility and wireless connectivity. Training requirements cover on-site clinical applications for technologists and detailed biomedical technician training, with off-site training quoted optionally. Vendors must provide service programs, operator/service manuals, a one-year warranty, and other documentation like product brochures and technical specification sheets. Added value offerings like extended warranties and remote diagnostic services are encouraged but not mandatory. The VA has no trade-in units or ancillary equipment.
The James A. Haley Veterans’ Hospital requires three ultrasound devices for its pulmonary department. Key technical specifications include a 19-inch screen, two split screens, 0-60 degrees tilting, a monitor height of 52 inches, two transducer ports, 100 GB image storage, and a 2-hour battery life. The devices must support various scanning modes, Doppler displays, and control panel features like a touchscreen and an articulating support arm. Required analysis packages cover procedural, abdominal, musculoskeletal, small parts, vascular, pelvic, urology, obstetric, breast, and cardiovascular clinical applications. The hospital also needs specific broadband linear transducers. Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, an encrypted hard drive, PACS compatibility with VA VistA Imaging, and secure wireless connectivity. Training involves on-site clinical application training for five technologists and detailed biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year manufacturer’s warranty covering parts, labor, and PMs. Preferred added values include an extended warranty, post-warranty remote diagnostics, a long-range plan, and complimentary biomed training. Vendors must submit specific documentation, including a pre-procurement assessment form and product brochures.
The government file outlines the technical, workstation, security, training, and service requirements for digital mammography radiographic systems for a new VA Outpatient clinic in Lecanto, FL. Key technical specifications include a generator voltage range of 25kV-50kV, a mAs range of 3-500, and a minimum detector size of 24x29 cm. Workstation requirements specify a minimum of one acquisition and one review workstation, both with 21-inch monitors. The system must support breast tomosynthesis, 3D imaging, and various compression paddles. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, HL7 integration, and PACS compatibility with VA VistA Imaging and Philips IntelliSpace. Training requirements cover on-site clinical applications training for technologists and technical training for biomedical staff. Service requirements emphasize VPN/remote access for diagnostics and a one-year manufacturer's warranty. Vendors are encouraged to offer added value such as extended warranties and complimentary training.
The Department of Veterans Affairs is seeking bids for digital mammography radiographic systems for a new outpatient clinic in Lecanto, FL. The required system must meet detailed technical specifications, including a 25-50kV generator voltage, 3-500 mAs range, 3.5 lp/mm spatial resolution, and a minimum 24x29 cm detector size. The system also requires breast tomosynthesis, 3D imaging, a high-frequency generator, and a UPS for 60 minutes of full functionality during power outages. Workstation requirements include at least one acquisition and one review workstation, both with 21-inch monitors. Comprehensive security and connectivity features are mandatory, such as OEM-supported operating systems, DICOM compatibility, encrypted hard drives, HL7 integration, and PACS compatibility with VA VistA Imaging and Philips IntelliSpace. The contract includes on-site clinical applications training for technologists, with CME credits, and optional off-site biomedical technician training. Vendors must provide VPN/remote access for diagnostics, two copies of operator and service manuals, and a one-year warranty covering all parts, labor, and PMs. Additional warranty years and post-warranty remote diagnostic service are preferred added-value offerings. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/140-3 certification, product brochures, and technical specification sheets.
The government file, "Radiographic Systems: Digital," outlines technical, workstation, software, security, connectivity, training, service, and added value requirements for digital radiographic systems. It details specifications for detectors, physical unit attributes, and additional features like tube mounts and bucky tracking. The document also covers workstation and software needs, including PACS compatibility and image processing capabilities. Security requirements specify OEM-supported operating systems and encrypted hard drives. Training mandates on-site clinical and optional off-site biomedical technician training. Service provisions include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. The file also lists required documentation and states that there are no trade-in units.
The Department of Veterans Affairs is seeking digital radiographic systems for a new Outpatient Clinic in Lecanto, FL. The requirement specifies fixed 14x17 inch wall and table detectors, a high-frequency generator, overhead tube mount, bucky tracking, and various automated features. Workstation requirements include minimum 15-inch monitors, 16GB hard drives, and UPS for both acquisition and processing. Software needs include stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security mandates OEM-supported OS, latest DICOM standards, encrypted hard drives, and compatibility with VA VistA Imaging, Philips IntelliSpace, and Radimetrics. Training encompasses on-site clinical applications for technologists with CME credits and optional biomedical technician training. Service requirements include vendor VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value considerations include extended warranties, post-warranty remote diagnostics, and complimentary biomed training.
The Department of Veterans Affairs is seeking proposals for digital radiographic systems for a new outpatient clinic in Lecanto, FL. The clinic requires advanced imaging capabilities, including fixed 14x17 wall and table detectors, an 80kW generator, and various technical specifications for image quality and patient safety. Key requirements include high-frequency generators, overhead tube mounts, bucky tracking, and automatic tube cranes. Workstation specifications include 15-inch monitors and substantial hard drive sizes, with touchscreen functionality and UPS. Software needs cover stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security and connectivity mandate OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips IntelliSpace, along with integration to Radimetrics for dose tracking. The RFP details clinical training for technologists (including CME credits) and offers optional biomedical technician training. Service requirements include VPN/remote access for diagnostics and provision of operator and service manuals. The warranty period is one year, with options for extended warranties, post-warranty remote diagnostic programs, and complimentary biomedical technician training as added value. Vendors must submit comprehensive documentation, including pre-procurement forms, product brochures, and technical specifications, with no trade-in units offered by the VA.
The VA is soliciting bids for digital radiographic systems for a new outpatient clinic in Lecanto, FL. The requirement specifies fixed 14x17 inch wall and table detectors, an 80kW generator with 3 phases and a 40-150kV range, and a spatial resolution of 3.3 lp/mm. Additional features include a high-frequency generator, overhead tube mount, bucky tracking, and various automated functionalities. Workstation requirements specify 15-inch monitors and 16GB hard drives for both acquisition and processing, with UPS for acquisition and a 60-minute UPS for processing. Software must include stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates OEM-supported OS, DICOM compliance, encrypted hard drives, and compatibility with VA VistA Imaging, Philips IntelliSpace, and Radimetrics. Training includes on-site clinical applications for technologists and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals (one electronic, one physical), and a one-year warranty including parts, labor, and PMs. Preferred added values include an extended warranty, post-warranty remote diagnostics, long-range plans, and complimentary biomed technician training. The VA has no trade-in units.
The James A. Haley Veterans’ Hospital seeks a mobile radiography unit for its Spinal Cord Injury unit, replacing an existing system to enhance patient care. The Request for Proposal (RFP) outlines detailed technical specifications, including generator power, kV range, tube rotation, detector configuration, and software solutions for image processing and PACS compatibility with VA VistA Imaging and Philips Intellispace PACS. Security requirements mandate an OEM-supported operating system, DICOM compliance, wireless connectivity to the VA network (FIPS 140-2/3 compliant), and an encrypted hard drive. The RFP also specifies training for clinical staff and biomedical technicians, along with service requirements covering VPN/remote access, operator/service manuals, and a minimum one-year warranty. Vendors are encouraged to propose added value, such as extended warranties or post-warranty diagnostic programs. Required documentation includes a pre-procurement assessment, MDS2 form, FIPS certification, product brochures, and technical drawings. A Canon USA Radpro 40KW unit is available for trade-in.
The James A. Haley Veterans’ Hospital seeks a mobile radiography unit for its Spinal Cord Injury unit, replacing an existing system. The Request for Proposal (RFP) details extensive technical specifications, including generator power (30 kW), kV range (40-150 kV), mAs range (0.1-500 mAs), and detector configuration (14x17 inches, max 10 lbs). Key features require an on-board touchscreen, detector charging on the unit, adjustable motor drive, and the ability to make exposures via a wall outlet. Software solutions must include multiple image processing algorithms, DICOM compatibility, and wireless connectivity to the VA network (802.11b/g/n, FIPS 140-2/3 compliant). Security requirements involve an OEM-supported OS, encrypted hard drive, and PACS compatibility (VA VistA Imaging, Philips Intellispace PACS, Radimatrics). The RFP also outlines training for technologists and biomedical technicians, service requirements for VPN/remote access, and mandates a one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. A Canon USA Radpro 40KW unit is available for trade-in. The document emphasizes strict adherence to the compliance matrix and instructions for offers.
The James A. Haley Veterans’ Hospital seeks to replace an existing mobile radiography unit in its Spinal Cord Injury unit. The Request for Proposal (RFP) outlines detailed technical specifications for the new unit, including generator power (30 kW), kV range (40-133 kV), mAs range (0.1-320), exposure times, tube rotation, hard drive size (500 GB), SID range (54-79.7 inches), tube reach, kHU, focal spot range, battery life (1 hour minimum), and collimator rotation. The unit must also feature a wireless detector (14x17 inches, max 10 lbs, 150 µm pixel size), on-board touchscreen, detector charging capability, adjustable motor drive, and the ability to make exposures via a standard wall outlet. Software requirements include multiple image processing algorithms and DICOM compatibility. Security mandates OEM-supported operating systems, encrypted hard drives, PACS compatibility (VA VistA Imaging, Philips Intellispace PACS), and integration with Radimatrics Dose Tracking System, along with FIPS 140-2/3 compliant wireless connectivity. Training requirements specify on-site clinical applications training for 5 technologists and super user training for 3 personnel. Service requirements include VPN/remote access for diagnostics and provision of operator and service manuals. Preferred added value includes extended warranty, post-warranty remote diagnostics, version/platform long-range plans, and complimentary biomed technician training. The hospital also seeks to trade in a Canon USA Radpro 40KW mobile radiography unit.
The James A. Haley Veterans’ Hospital seeks to procure one mobile radiography unit for its Spinal Cord Injury unit, replacing an outdated system to enhance patient care. The technical specifications demand a 30 kW high-frequency generator, a 40-133 kV generator kV range, a 0.1-320 mAs range, and specific physical dimensions for the unit and X-ray tube. It requires a wireless detector configuration with a minimum 14x17 inch detector size, a maximum weight of 10 lbs, and a maximum pixel size of 150 µm. Additional features include an on-board image touchscreen, detector battery charging on the unit, and adjustable motor drive. Software must support multiple image processing algorithms, while security and connectivity require an OEM-supported operating system, DICOM compliance, wireless connectivity to the VA network (802.11b/g/n, FIPS 140-2/3 compliant), an encrypted hard drive, and compatibility with VA VistA Imaging and Philips Intellispace PACS. Training requirements include on-site clinical applications training for five technologists and super user training for three personnel, along with optional off-site biomedical technician training. Service mandates include remote diagnostic programs, two copies each of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The hospital also offers a Canon USA Radpro 40KW unit for trade-in.
This government Request for Proposal (RFP) outlines the requirements for a Radiographic/Fluoroscopic (R/F) Hybrid OR System at the James A. Haley Veterans’ Hospital in Tampa, FL. The facility seeks a combination interventional radiology (IR) and computed tomography (CT) suite to expand its procedural capabilities. The RFP details extensive technical specifications for both IR and CT units, including physical dimensions, imaging parameters, and dose management features. It also covers table requirements, CT/Angio imaging applications, general software specifications (e.g., system interfaces, dose reduction, 3D reconstruction), and hardware specifications (e.g., cooling, radiation protection, injectors). The document further specifies workstation, C-arm, video source/destination, and security/connectivity requirements, including PACS compatibility. Training requirements encompass clinical and biomedical technician training, while service requirements mandate VPN/remote access and comprehensive manuals. Vendors are encouraged to propose added value offerings such as extended warranties and advanced diagnostic programs. This comprehensive RFP aims to procure a state-of-the-art hybrid imaging system.
The James A. Haley Veterans’ Hospital in Tampa, FL, is requesting a combination interventional radiology (IR) and computed tomography (CT) suite, referred to as a hybrid IR/CT system. This expansion aims to increase capacity and variety of procedures performed. The document details extensive technical requirements for both the IR and CT units, including specifications for anode heat storage, acquisition rates, generator outputs, detector sizes, gantry aperture, and slice acquisition. It also outlines requirements for the operating table, CT/Angio imaging applications, general software, and hardware. Key software specifications include system interface compatibility, instant overlays of CT and fluoro images, and various dose reduction and image enhancement features. Hardware requirements range from IEC 60613 compliance to specific cooling mediums, detector types, and an integrated contrast injector. The hospital requires specific workstation setups, C-arm specifications, and video source/destination capabilities. Comprehensive training for technologists and physicians is mandated, along with detailed service requirements covering VPN/remote access, operator/service manuals, and a minimum one-year warranty. The RFP also lists preferred 'added value' specifications, such as extended warranties and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7, and requests various documentation including pre-procurement forms, security statements, and product brochures. The hospital has no trade-in units to offer.
The James A. Haley Veterans’ Hospital seeks a hybrid Radiographic/Fluoroscopic (R/F) and Computed Tomography (CT) system to expand its interventional radiology and CT capabilities. The Request for Proposal (RFP) outlines detailed technical specifications for both the IR and CT units, including anode heat storage, acquisition rates, generator outputs, spatial resolution, detector sizes, gantry aperture, scan field of view, and dose display abilities. The solicitation also specifies requirements for the patient table, CT/Angio imaging applications, general software, general hardware, workstation setup, C-arm, video sources and destinations, and security/connectivity. Key requirements include seamless interfacing and shared coordinate systems between Angio and CT, advanced imaging applications, dose reduction software, and compliance with IEC 60613. Training for clinical staff and biomedical technicians, along with service requirements such as remote access and comprehensive manuals, are also mandated. Vendors are encouraged to offer added value like extended warranties and enhanced remote diagnostic programs. The hospital explicitly states no trade-in units are available and requires extensive documentation from offerors.
The James A. Haley Veterans’ Hospital seeks a hybrid Interventional Radiology (IR) and Computed Tomography (CT) system to expand procedure variety and capacity. The requirement details extensive technical specifications for both IR and CT units, including anode heat storage, acquisition rates, generator outputs, detector size, and the minimum number of CT slices. It also outlines precise requirements for the patient table, CT/Angio imaging applications, general software, and hardware. Key features include the ability for systems to interface, share coordinate systems, and perform advanced imaging applications with dose reduction capabilities. The document also specifies C-arm technical details, video sources and destinations, and stringent security/connectivity requirements, including DICOM compliance and PACS compatibility. Training for technologists and physicians, a one-year warranty, and remote diagnostic services are mandatory, with additional offerings like extended warranties and Cerner CareAware MultiMedia compatibility considered as added value. The solicitation also requests extensive documentation, but notes no trade-in units are available.
The VA Central Texas is seeking proposals for two Cardiac Ultrasound units to replace existing equipment at the Olin E. Teague VA Medical Center in Temple, TX. These units are for the Cardiology department to diagnose veteran patients. The Request for Proposal (RFP) outlines detailed technical requirements, including physical specifications (e.g., 17-inch screen, 4 transducer ports, 30-minute battery life), various scanning modes (2D, 3D, Doppler), and specific Doppler displays. The units must also feature a physical keyboard, touchscreen, and advanced functionalities like panoramic mode and image annotation. Vendors must include specific analysis packages and transducers (X5-1c xMatrix, X8-2T, X11-4T). Security and connectivity requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drive, and wireless connectivity. The RFP also specifies training for clinical staff and biomedical technicians, minimum warranty, and requirements for service and operator manuals. Trade-in options for two Philips Healthcare EPIQ 7 units are available. Vendors are encouraged to propose added value offerings beyond the minimum requirements.
The VA Central Texas is seeking two Cardiac Ultrasounds for the Olin E. Teague VA Medical Center in Temple, TX, to replace existing units and aid the Cardiology department in diagnosing veteran patients. The requirement outlines detailed technical specifications for the units, including physical dimensions, scanning modes (2D, 3D, Doppler), control panel features (physical keyboard, touchscreen), and additional functionalities like panoramic mode and image annotation. It also specifies required analysis packages and transducers. The procurement includes advanced features for image storage and stringent security/connectivity requirements, such as OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and PACS integration. The solicitation mandates comprehensive clinical training for technologists and physicians, as well as biomedical technician training. Service requirements cover VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value like extended warranties and post-warranty remote diagnostic programs. The document also details required submission documents and includes information on two Philips Healthcare EPIQ 7 units available for trade-in.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new SPECT CT (CZT) system for its Nuclear Medicine - Imaging (Radiology) department. The facility, located at 1901 Veterans Memorial Drive, Temple, TX 76504, specifically Room # 1A173 and Building # 163, needs a system to combine functional and anatomical imaging for disease diagnosis and localization. The solicitation details extensive technical specifications for the unit's physical attributes, collimator, and additional components, including diagnostic CT type, iterative reconstruction, and various phantoms. The system must fit within a 25'1" x 12'2" room and have a maximum weight of 10,000 lbs. Detailed workstation specifications are outlined for acquisition and processing, covering monitor and hard drive sizes. Advanced applications, software requirements for nuclear medicine diagnostics, fusion, and oncology, along with security/connectivity standards like PACS compatibility and encrypted hard drives, are also specified. Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits. Biomedical technician training information is also required. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings for extended warranty and post-warranty remote diagnostics are encouraged. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets. The VA also has a Siemens Symbia Intevo 6 (EE/Asset Number: 160567), installed on November 14, 2019, available for trade-in.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new SPECT CT (CZT) system for its Nuclear Medicine - Imaging Service. The system needs to combine functional and anatomical imaging for improved diagnosis. Key technical requirements include a minimum of 16 slices, a 50cm scan field of view, a maximum CT rotation time of 4 seconds, and a 70cm gantry aperture. The equipment must fit within a 25'1" x 12'2" room and have a maximum weight of 10,000 lbs. Additional specifications encompass diagnostic CT capabilities, iterative reconstruction, various phantoms, UPS for both the CT scanner and SPECT camera, and a main disconnect panel. Workstation requirements include a minimum 24-inch monitor and 1000GB hard drive for acquisition and two processing workstations. Advanced applications, comprehensive software, and robust security/connectivity features like DICOM support and PACS compatibility are also mandated. Training for technologists and physicians, along with a one-year warranty, service manuals, and remote diagnostic capabilities, are essential. The VA also offers a Siemens Symbia Intevo 6 for trade-in.
This government file outlines the requirements for a new Computed Tomography (CT)/Single Photon Emission Computed Tomography (SPECT) system for the Nuclear Medicine - Imaging Service at the Olin E. Teague VA Medical Center in Temple, TX. The solicitation specifies detailed technical requirements for the unit's physical specifications, collimator, additional features, workstation, advanced applications, software, and security/connectivity. Key specifications include a minimum of 16 slices, a 50cm scan field of view, and CZT (Cadmium Zinc Telluride) detectors. The system must fit into a 25'1" x 12'2" room and support various clinical applications like nuclear cardiology, oncology, and neurology. Training requirements include on-site clinical applications training for technologists and physicians, and technical training for biomedical technicians. Service requirements cover a minimum one-year warranty with parts, labor, and PMs, as well as post-warranty remote diagnostic service programs. The VA also offers a Siemens Symbia Intevo 6 for trade-in. Vendors are encouraged to propose added value offerings beyond the minimum requirements.
This government solicitation outlines the requirements for one new SPECT CT (CZT) system for the Olin E. Teague VA Medical Center in Temple, TX. The system will combine functional and anatomical imaging for improved diagnosis in Nuclear Medicine. Key technical specifications include a minimum of 16 slices, a 50cm scan field of view, and a 500lb patient table load capacity, all within a 25'1" x 12'2" room. The system must include diagnostic CT, iterative reconstruction, various phantoms, and UPS for both the CT scanner and SPECT camera. Workstation requirements specify 24-inch monitors and 1000GB hard drives for acquisition and two processing workstations. Advanced applications cover whole body SPECT, nuclear cardiology, oncology, and neurology. Software needs include diagnostic, fusion, and processing applications with ECG triggering. Security demands OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility (VA VistA Imaging and Change Healthcare), and FIPS-compliant wireless connectivity. Training is required for 3 technologists and 2 physicians, with CME credits. Service mandates VPN/remote access, two copies of operator and service manuals, and a one-year warranty including PMs. Added value considerations include extended warranty and a post-warranty remote diagnostic service program. The solicitation also details trade-in equipment: a Siemens Symbia Intevo 6 (SN 2237) installed in 2019.
The Olin E. Teague VA Medical Center in Temple, TX, is seeking a new GAMMA CAMERA system for its Nuclear Medicine - Imaging (Radiology) department. The request outlines detailed technical specifications for the unit, including detector crystal dimensions, system sensitivity, spatial resolution, energy range, and physical dimensions, ensuring it fits within the designated room (1A182 in Building 163). The system must support whole-body imaging, operator and processing workstations with reconstruction software, ECG/cardiac gating, and various image acquisition modes like static, dynamic, tomographic (SPECT), and gated. Workstation requirements include minimum monitor sizes, hard drive space, and UPS functionality. Clinical applications must cover small parts, cardiac, and neurologic studies. Security features require an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Change Healthcare. The RFP also specifies training for technologists and physicians, and service requirements like VPN/remote access, service/operator manuals, and a minimum one-year warranty. Added value offerings like extended warranties and post-warranty remote diagnostics are encouraged. The facility also has a SPECTRUM DYNAMIC MEDICA D-SPECT system available for trade-in.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new GAMMA CAMERA system for its Nuclear Medicine - Imaging Service. The system needs to combine functional and anatomical imaging for diagnostics, featuring specific technical requirements such as 21" x 15" detector crystal dimensions, 190 cpm/µCi sensitivity, and a 4mm intrinsic spatial resolution. It must support SPECT, whole-body imaging, and include operator and processing workstations with ECG/cardiac gating software and UPS for 20 minutes of full functionality during power outages. Workstations need 24-inch monitors and 1000GB hard drive space, with advanced image acquisition and analysis capabilities. Clinical applications include small parts, cardiac, and neurologic imaging. The system must meet security standards like OEM-supported OS, DICOM compatibility, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training for 3 technologists and 2 physicians, along with biomedical technician training, is required. The vendor must provide VPN/remote access for diagnostics, service/operator manuals, and a minimum one-year warranty. Optional value-added offerings include extended warranty, post-warranty remote diagnostics, and a version/platform long-range plan. The VA also has a SPECTRUM DYNAMIC MEDICA D-SPECT system available for trade-in.
The government file details the requirements for a new Digital Radiographic System (XR RAD) for the Austin VA Clinic within the CTX VAMC Imaging Service. The system will be used for general radiographic exams including chest, spine, skull, extremities, hips, and pelvis. Key technical specifications include wireless 14x14 inch wall and table detectors, a 60 kW generator, and a minimum patient table load capacity of 500 lbs (static) and 500 lbs (dynamic). The system must have a high-frequency generator with automatic dose rate control, Bucky tracking, and various software capabilities like stitching, bone suppression, and dose reduction. Workstation requirements include 20-inch monitors and 500 GB hard drives. Security mandates OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training includes on-site clinical and biomedical technician training. Additional value is given for extended warranty, remote diagnostic services, and version long-range plans. The RFP also includes trade-in information for an existing Philips DIGITAL DIAGNOST system and outlines required documentation such as MDS2 forms and FIPS 140-2/140-3 certification.
The Austin VA Clinic requires a new X-Ray (XR RAD) system for its Imaging Service, to be installed at 7901 Metropolis Dr, Austin, TX 78744. Key technical specifications include a wireless wall detector (14x14 inches, max 10 lbs), a 60 kW, 3-phase generator (40-150 kV range, 800 mA at 100 kVp), and a patient table with 500 lbs static and dynamic capacity. The system needs a high-frequency generator with automatic dose control, overhead tube mount, bucky tracking, and an automatic tube crane option. Workstation requirements specify 20-inch monitors and 500 GB hard drives, with UPS for both acquisition and processing. Software must include stitching, bone suppression, dose reduction, and repeat rate tracking. Security requires an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility (VA VistA Imaging, Change Healthcare). Training includes on-site clinical applications for 5 technologists with CME credits, and optional off-site biomedical technician training. The vendor must provide VPN/remote access for diagnostics, operator and service manuals, and a one-year warranty including PMs. Added value considerations include extended warranty and a post-warranty remote diagnostic program. The proposal also requests documentation like MDS2 forms and FIPS 140-2/3 certification, and includes a Philips DIGITAL DIAGNOST X-ray system (SN 12020433) for trade-in.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new SPECT CT system for its Nuclear Medicine - Imaging (Radiology) department. The request details extensive technical specifications for the scanning system, including physical parameters like a minimum of 16 slices, a 50cm scan field of view, and an energy range of 35-500 keV. It also specifies collimator requirements (e.g., low-energy high-resolution, medium-energy general-purpose, high-energy general-purpose, pinhole, and low-energy super/ultra-high-resolution), and additional features such as diagnostic CT type, dual detectors, iterative reconstruction for CTAC, and various phantoms. Workstation specifications include a minimum 24-inch monitor and 1000GB hard drive for both acquisition and processing, with UPS for all workstations. Advanced applications cover whole-body SPECT, nuclear cardiology, oncology, and neurology. Software requirements include nuclear medicine diagnostic, SPECT/CT fusion, and cardiac software, among others. The facility also requires robust security and connectivity, including OEM-supported OS, encrypted hard drives, and PACS compatibility. Training for technologists and physicians is mandatory, alongside service requirements like VPN/remote access, operator and service manuals, and a one-year warranty. The VA also has an existing GE Healthcare OPTIMA NM/CT 640 system available for trade-in. This RFP emphasizes comprehensive vendor responses covering technical compliance, training, service, and potential added value offerings.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new SPECT CT system for its Nuclear Medicine – Imaging Service. The system must have a minimum of 16 slices, a 50 cm scan field of view, and a 70 cm gantry aperture, with a maximum CT rotation time of 4 seconds. It needs five sets of collimators, including low-energy high-resolution and high-energy general-purpose. The system must include diagnostic CT type, dual detectors with variable angles, and high-performance dual-head configuration. Workstations must have 24-inch monitors and 1000 GB hard drives, with UPS for all components. Advanced applications like whole-body SPECT and nuclear cardiology are required. Software must include diagnostic, fusion, and cardiac applications, along with robust security and PACS compatibility. Clinical training for technologists and physicians, and biomedical technician training, are mandatory. The system requires a one-year warranty, remote diagnostics, and various manuals. Preferred additions include an extended warranty and a post-warranty remote diagnostic service. The VA is offering a GE Healthcare OPTIMA NM/CT 640 for trade-in.
The VA Central Texas is soliciting proposals for one digital ultrasonic unit for the new Pflugerville VA Clinic. The unit will be used by the Imaging Service for diagnosing veteran patients. Key technical requirements include a minimum 17-inch screen, 180-degree monitor and control panel rotation, 4 transducer ports, and 60 minutes of battery life. Required scanning modes include 2D, 3D, various Dopplers, and Tissue Harmonic Imaging. The control panel must feature a physical keyboard, touchscreen, and keyboard on the touchscreen. Additional specifications cover panoramic mode, multi-modality display, image annotation, one-button optimization, programmable protocols, PACS compatibility, and several other advanced features. The RFP also details required analysis packages (e.g., abdominal, vascular, obstetric) and transducers with specific frequency ranges. Security requirements demand an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits, and biomedical technician training. Service requirements specify VPN/remote access, operator and service manuals, and a one-year manufacturer's warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. The VA will not offer trade-in units.
The VA Central Texas seeks to procure one digital ultrasonic unit for the new Pflugerville VA Clinic to diagnose veteran patients. The unit requires specific physical dimensions, including a 17-inch screen, 6 split screens, and 4 transducer ports, along with a minimum 60-minute battery life. It must support various scanning modes (2D, 3D, M-Mode, Doppler), multiple Doppler displays, and advanced control panel features like a touchscreen and articulating arm. Additional specifications include panoramic mode, image annotation, PACS compatibility with VA VistA Imaging, and a minimum of 1 day/TB image storage. Required analysis packages cover procedural, abdominal, musculoskeletal, vascular, and more. Five specific transducers with defined frequency ranges are mandatory. Vendors must provide on-site clinical training for technologists and physicians, and off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. Added value offerings like extended warranties and post-warranty diagnostic programs are encouraged but not required. Submissions must include forms, certifications, product brochures, and detailed support information.
The government file details a Request for Proposal (RFP) for a new digital Radiographic (XR RAD) system for the Imaging (Radiology) Service at the CTX VAMC, specifically for the new Pflugerville VA clinic. The system will be used for general radiographic exams including chest, spine, skull, extremities, hips, and pelvis. Key technical requirements include wireless 14x14 inch wall and table detectors, a minimum 60 kW high-frequency generator, and various physical and software specifications such as automatic dose rate control, stitching, bone suppression, and dose reduction capabilities. Workstation requirements specify minimum 20-inch monitors and 500 GB hard drives, with UPS for both acquisition and processing workstations. Security and connectivity mandate an OEM-supported operating system, DICOM compliance, encrypted hard drives, PACS compatibility with VA VistA Imaging and Change Healthcare, and FIPS 140-2 or 140-3 compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists with CME credits and available biomedical technician training. Service requirements include VPN/remote access for diagnostics, and the proposal encourages vendors to offer added value such as extended warranties and post-warranty remote diagnostic programs. Required documentation includes product brochures, technical specifications, manuals, and security forms.
This document outlines the detailed requirements for a new Digital Radiographic System (XR RAD) for the Pflugerville VA clinic, part of the Olin E. Teague VA Medical Center in Temple, TX. The system is for general radiographic exams (chest, spine, skull, extremities, hips, pelvis) and requires specific digital detector configurations, physical specifications (e.g., 60 kW generator, 14x14 wireless detectors), and additional features like a high-frequency generator with automatic dose rate control and an overhead tube mount. Workstation requirements include 20-inch monitors and 500 GB hard drives, along with UPS for power outages. Software must support stitching, bone suppression, dose reduction, and repeat rate tracking. Connectivity demands OEM-supported OS, DICOM compliance, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training for 5 technologists is required, covering on-site go-live and follow-up, with CME credits. Biomedical technician training is optional but must be quoted. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty with parts, labor, and PMs. Added value offerings like extended warranties are encouraged but not mandatory. The VA has no trade-in units.
The government file is an RFP for one new GAMMA CAMERA system for the Nuclear Medicine - Imaging Service in CTX VAMC, Temple, TX. The system will be installed in Building #163, Room #1A171, and used for functional and anatomical imaging to diagnose and localize diseases. The RFP details technical requirements for the unit's physical specifications, additional features like whole-body imaging and SPECT capabilities, image acquisition modes (static, dynamic, tomographic, gated), and workstation specifications including monitor size and hard drive space, with UPS for 20-minute power outage functionality. It also specifies clinical applications (small parts, cardiac, neurologic), operator console controls, and security/connectivity requirements like DICOM, PACS compatibility, and encrypted hard drives. Training requirements include on-site clinical applications for technologists and physicians, with continuing education credits. Service requirements cover VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty including parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, and typical drawings. An existing Siemens Healthcare Symbia Evo GAMMA CAMERA, operational and installed in 2018, is available for trade-in.
The Olin E. Teague VA Medical Center in Temple, TX, requires a new GAMMA CAMERA system for its Nuclear Medicine - Imaging Service. The system must meet specific technical requirements, including detector crystal dimensions of 21" x 15", a sensitivity of 190 cpm/µCi, and an energy range of 40-620 keV. It needs SPECT capabilities, whole-body imaging, and two workstations with 24-inch monitors and 1000 GB hard drives, both supported by UPS for 20 minutes. The system must also include various image acquisition and processing functionalities, clinical applications (small parts, cardiac, neurologic), and specific operator console controls. Security features include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training for three technologists and two physicians is required, with CME credits for technologists. Biomedical technician training is optional. The vendor must provide remote diagnostic service via VPN, operator and service manuals, and a one-year warranty covering all parts and labor. Additional years of warranty and post-warranty remote diagnostics are preferred. The VA also has a Siemens Healthcare Symbia Evo Gamma Camera available for trade-in.
The government is soliciting proposals for a new Digital Radiographic System (XR RAD) for the Brownwood VA Clinic in Temple, TX. The system is intended for general radiographic exams of various body parts. Key technical requirements include wireless 14x14 detectors, a high-frequency generator (minimum 60 kW), specific physical dimensions for the wall stand and table, and advanced software features like image stitching and bone suppression. Workstation and processing workstation requirements are also detailed, along with security and connectivity specifications (FIPS 140-2/3 compliant wireless connectivity). The RFP outlines mandatory clinical training for technologists, availability of biomedical technician training, and service requirements including remote diagnostics. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic programs. Required documentation includes product brochures, technical specifications, and service/operator manuals. There is also a TOSHIBA RADREX-I system available for trade-in.
The Department of Veterans Affairs requires one new digital X-Ray (XR RAD) system for the Brownwood VA Clinic in Temple, TX. The system will be used for general radiographic exams including chest, spine, skull, extremities, hips, and pelvis. Technical specifications include a wireless wall detector (minimum 14x14 inches, max 10 lbs), a 60 kW 3-phase generator (40-150 kV range, 800 mA max at 100 kVp), and various advanced features like automatic dose rate control, Bucky tracking, and dual energy imaging. Workstation requirements include 20-inch monitors and 500 GB hard drives, with UPS for both acquisition and processing. Software must support image stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates an OEM-supported OS, DICOM compliance, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training includes on-site clinical applications for 5 technologists with CME credits, and optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty. Added value considerations include extended warranty and post-warranty remote diagnostic services. A Toshiba RADREX-I system is available for trade-in.
This government file outlines the technical, operational, and support requirements for a new Digital Radiographic System (XR RAD) needed by the Cedar Park VA Clinic in Temple, TX. The system will be used for general radiographic exams, including chest, spine, skull, extremities, hips, and pelvis. Key requirements include specific detector configurations (wireless 14x14 wall and table detectors), minimum generator output power of 60 kW, maximum pixel size of 150 µm, and robust patient table load capacities. The system must also feature a high-frequency generator, automatic dose rate control, and various wireless detector accessories. Workstation and software specifications demand a minimum 20-inch acquisition monitor, 500 GB hard drive, and advanced image processing capabilities like stitching and bone suppression. Security requirements emphasize OEM-supported operating systems, DICOM compliance, encrypted hard drives, and compatibility with VA VistA Imaging and Change Healthcare PACS, along with FIPS 140-2 or FIPS 140-3 compliant wireless connectivity. Training mandates on-site clinical applications training for technologists with CME credits and available biomedical technical training. Service requirements include VPN/remote access for diagnostics, a one-year warranty with PMs, and provision of operator and service manuals. Preferred added value includes extended warranties and post-warranty remote diagnostic services. The RFP also details a trade-in for an existing Philips DIGITAL DIAGNOST system and specifies required vendor documentation such as product brochures and technical specification sheets.
The government file outlines the requirements for a new Digital Radiographic System (XR RAD) at the Cedar Park VA Clinic in Temple, TX. The system is for general radiographic exams, requiring a wireless wall detector (14x14 inches, max 10 lbs) and a wireless table detector (14x14 inches, max 10 lbs). Key technical specifications include a high-frequency generator, protective covers, charging stations, grid attachments, various holders, and an overhead tube mount with Bucky tracking. Workstation requirements specify minimum 20-inch monitors and 500GB hard drives for both acquisition and processing, with touchscreen capabilities and UPS. Software must support stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates an OEM-supported OS, latest DICOM standards, FIPS-compliant wireless connectivity, encrypted hard drives, and compatibility with Change Healthcare and VA VistA Imaging PACS. Training includes on-site clinical applications for technologists and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies each of operator and service manuals, and a one-year warranty. Added value specifications include additional warranty, post-warranty remote diagnostics, and Cerner CareAware MultiMedia compatibility. Trade-in is available for a Philips DIGITAL DIAGNOST system (SN: 16020249, Asset: 131225) installed in 2016.
The government is soliciting proposals for a new digital X-Ray (XR RAD) system for the College Station VA Clinic in Temple, TX. The system will be used for general radiographic exams and must meet detailed technical specifications, including wireless 14x14 detectors for both wall and table use, specific weight limits for detectors, and minimum generator output power of 60 kW. Additional requirements cover physical dimensions, imaging capabilities, workstation specifications (minimum 20-inch monitors, 500GB hard drives), and software features like image stitching and bone suppression. The system must also ensure robust security/connectivity, including encrypted hard drives and FIPS 140-2/3 compliant wireless connectivity. Training for five technologists and biomedical technicians, along with a one-year warranty, are mandatory. The solicitation encourages vendors to offer added value such as extended warranties and post-warranty remote diagnostic programs, and mentions a Toshiba RADREX-I system at the Bryan VA Clinic as a trade-in option.
This document outlines the technical, training, and service requirements for a new Digital Radiographic System (XR RAD) for the College Station VA Clinic in Texas. The system needs wireless wall and table detectors (14x14 inch, max 10 lbs), a 60kW, 3-phase generator (40-150kV), and advanced imaging features like automatic dose control, dual energy imaging, and stitching capabilities. Workstation requirements include 20-inch monitors and 500GB hard drives, with UPS for all workstations. Software must support bone suppression, dose reduction, and repeat rate tracking. Security mandates include an OEM-supported OS, DICOM compliance, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training for 5 technologists is required on-site, with follow-up and CE credits. Biomedical technician training is optional. Service includes VPN remote diagnostics, two copies of operator and service manuals, and a one-year warranty. Added value such as extended warranties and post-warranty remote diagnostic programs are preferred but not mandatory. The facility is also seeking a trade-in for an operational Toshiba RADREX-I system from Bryan VA Clinic.
This government file outlines the requirements for a new Digital Radiographic System (XR RAD) for the Imaging (Radiology) Service at the CTX VAMC, specifically for the new Pflugerville VA clinic. The system will be used for general radiographic exams, including chest, spine, skull, extremities, hips, and pelvis. Key technical specifications include wireless 14x14 inch wall and table detectors, a minimum 60 kW generator, and a 20-inch touchscreen acquisition workstation with a 500 GB hard drive. Software requirements include stitching, bone suppression, and dose reduction capabilities, along with DICOM and PACS compatibility (VA VistA Imaging and Change Healthcare). The RFP also details training requirements for clinical technologists and biomedical technicians, service requirements including VPN/remote access, and essential documentation such as operator and service manuals. Preferred added values include extended warranty, post-warranty remote diagnostic services, and a long-range version/platform plan.
The Olin E. Teague VA Medical Center in Temple, TX, requires one new Digital Radiographic System (XR RAD) for the Imaging (Radiology) Service at the new Pflugerville VA clinic. The system will be used for general radiographic exams including chest, spine, skull, extremities, hips, and pelvis. Key technical requirements include wireless wall and table detectors (minimum 14x14 inches, max 10 lbs), a minimum 60 kW 3-phase generator (40-150 kV range), 800 mA exposure, 3.3 lp/mm spatial resolution, and a patient table with 500 lbs load capacity. Additional features include a high-frequency generator with automatic dose rate control, protective covers, charging stations, and various automated functionalities for tube and table movement. Workstation requirements specify 20-inch monitors and 500 GB hard drives, with UPS for both acquisition and processing. Software must support stitching, bone suppression, dose reduction, and repeat rate tracking. Connectivity demands OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility (VA VistA Imaging, Change Healthcare), and FIPS 140-2/3 compliant wireless connectivity. Training includes on-site clinical applications for technologists (with CMEs) and optional off-site biomedical technician training. Service requirements cover VPN/remote access, two copies of operator and service manuals, and a one-year warranty including parts, labor, and PMs. Preferred "added value" items include extended warranty, post-warranty remote diagnostics, and a long-range plan. No trade-in units are offered by the VA.
This document outlines the requirements for a Radiographic/Fluoroscopic (R/F) Cardiovascular System replacement at the VA Orlando Healthcare System. The new system, intended for procedures like heart catheterization and angiography, must meet specific technical specifications, including gantry depth, rotation ranges, table load capacity, X-ray generator power, and detector size. Key features such as full in-room control, digital detectors, and dose reduction software are required. The RFP also details security and connectivity mandates, including OEM-supported operating systems, DICOM compatibility, and PACS integration. Training requirements cover clinical applications for technologists, nurses, and physicians, as well as biomedical technician training. Service mandates include one-year warranty with parts and labor, remote diagnostics via VPN, and comprehensive documentation. The VA also provides details of the existing Philips ALLURA XPER FD20 system for trade-in. Additional years of warranty and Cerner CareAware MultiMedia compatibility are preferred but not mandatory.
The Orlando VAHCS Cardiology department requires a replacement Radiographic/Fluoroscopic (R/F) system, specifically a Cardiovascular (XR CATH LAB) with capabilities for cardiac catheterization, vascular, and IR imaging. The technical specifications detail physical requirements for the unit, including gantry depth, rotation ranges, SID range, table dimensions, patient load capacity, X-ray generator power, mA range, flat panel detector size, fluoroscopic kV range, cine range, and X-ray tube focal spot size. Additional specifications include a single-plane, ceiling-mounted PA gantry with park capability, floating tabletop, rotational angiography, pulsed fluoroscopy, full in-room control, digital detector, virtual collimation, auto-adjustable copper filtration, data compression, UPS, memory foam mattress, dose reduction software, and a ceiling-mounted contrast injector. The system must also have touchscreen control, an intercom, wireless footswitch, tabletop cradle motion, hemodynamic monitoring, two remote controls, a DVD writer, a table-mounted infusion support stand, table tilt, table cradle, ECG triggered acquisition, ceiling-mounted LED lamps, ability to store reference images, ceiling-mounted radiation shields, digital subtraction angiography, peripheral X-Ray filter, and Quantitative Coronary Analysis (QCA). Security and connectivity requirements include an OEM-supported operating system, latest DICOM functionalities, encrypted hard drive, PACS compatibility with VA VistA Imaging and Philips IntelliSpace Cardiovascular, and integration with Philips Intrasight and Philips Hemo Xper. Training requirements cover on-site clinical applications for technologists, nurses, and physicians, with continuing education credits for technologists. Biomedical technician training information is also required. Service requirements include VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The document encourages vendors to include added value offerings beyond the minimum requirements, such as additional warranty years, post-warranty remote diagnostic service, version/platform long-range plans, Rampart Guardian radiation protection system, and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The Orlando VAHCS also has a Philips ALLURA XPER FD20 available for trade-in.
The VA Orlando Healthcare System, Lake Nona campus, is seeking to replace its Radiographic/Fluoroscopic (R/F) system in Catheterization Labs (Room 3L806D in Building 2). The new system must support various procedures, including heart catheterization, coronary angiography, percutaneous coronary interventions, structural heart procedures, electrophysiology diagnostic procedures, and peripheral angiography/interventions. Key technical requirements include specific gantry and table ranges, patient load capacity, X-ray generator power, mA/kV ranges, detector size, cine range, focal spot size, and monitor capabilities. Additional specifications cover system configuration, park capabilities, digital detector, UPS for workstation, hemodynamic monitoring, and security/connectivity with VA VistA Imaging and Philips Hemo Xper/ISCV. Training requirements encompass clinical training for technologists, nurses, and physicians, as well as biomedical technician training. Service requirements include providing operator and service manuals, VPN/remote access for diagnostics, and a minimum one-year warranty with PMs. Preferred
The Orlando VA Healthcare System (VAHCS) Cardiology department requires a replacement Cardiovascular (XR CATH LAB) Radiographic/Fluoroscopic (R/F) system. This Request for Proposal (RFP) outlines detailed technical specifications, including gantry depth, rotation ranges, table load capacity, X-ray generator power, detector size, and various additional features such as pulsed fluoroscopy, dose reduction software, and a ceiling-mounted contrast injector. The system must meet specific security and connectivity requirements, including DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging and Philips IntelliSpace Cardiovascular PACS. The RFP also mandates comprehensive clinical training for technologists, nurses, and physicians, as well as biomedical technician training. Service requirements include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and preventative maintenance. Preferred "added value" specifications include extended warranty, post-warranty remote diagnostic services, and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The solicitation also includes a trade-in option for an existing Philips ALLURA XPER FD20 system.
The Orlando VA Healthcare System is soliciting proposals for a Radiographic/Fluoroscopic (R/F) Angio-Interventional (XR IR) system to replace existing equipment in the Electrophysiology Lab, with backup capability for the Cardiac Catheterization Lab. The RFP outlines detailed technical specifications, including detector size, patient table capacity, gantry rotation ranges, and X-ray generator power. Key requirements include compatibility with Philips Hemo Xper and Intrasight systems, OEM-supported operating systems, DICOM standards, and PACS compatibility with Philips IntelliSpace Cardiovascular and VA VistA Imaging. The proposal also mandates on-site clinical training for technologists, nurses, and physicians, as well as biomedical technician training. Vendors must provide operator and service manuals, a minimum one-year warranty with PMs, and remote diagnostic services. Additional value offerings like extended warranties and Cerner CareAware MultiMedia compatibility are encouraged. An older Philips ALLURA XPER FD20/10 system is available for trade-in.
The Orlando VA Healthcare System requires a new Angio-Interventional Radiographic/Fluoroscopic (R/F) System for its Electrophysiology Lab at the Lake Nona Campus, capable of serving as a backup for the Cardiac Catheterization Lab. Key technical specifications include a minimum detector size of 46x35 cm, a 550 lbs patient table load, and a 100 kW X-ray generator. The system must be ceiling-mounted, single-plane, and include features like a memory foam mattress, integrated shielding, UPS for full functionality during power outages, and a table-mounted contrast injector. Software requirements include repeat rate tracking, cone beam/3D imaging, digital subtraction angiography, and image fusion capabilities. Security mandates an OEM-supported OS, encrypted hard drive, and compatibility with PACS (VA VistA Imaging, Philips IntelliSpace Cardiovascular) and Philips Intrasight for dose monitoring. Training involves on-site clinical applications for technologists, nurses, and physicians, with CME credits for technologists, and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Added value considerations include extended warranties, post-warranty remote diagnostics, and compatibility with Cerner CareAware MultiMedia Release 7. The project also involves trade-in of an operational Philips ALLURA XPER FD20/10 system.
The Orlando VA Healthcare System is seeking to replace its Radiographic/Fluoroscopic (R/F) Angio-Interventional (XR IR) system in the Electrophysiology Lab, with the capability to also serve as a backup for the Cardiac Catheterization Lab. The Request for Proposal (RFP) outlines extensive technical requirements, including specific physical specifications for the unit, advanced software capabilities like cone beam/3D imaging and vessel analysis, and security/connectivity features compatible with existing Philips systems and VA VistA Imaging. The RFP also details mandatory training for clinical staff and biomedical technicians, minimum warranty provisions, and requirements for vendor remote diagnostic services. Additionally, it lists desired
The Orlando VA Healthcare System requires a new Angio-Interventional Radiographic/Fluoroscopic (R/F) system for its Electrophysiology Lab at the Lake Nona Campus, capable of serving as a backup for the Cardiac Catheterization Lab. The system must meet detailed technical specifications, including a minimum detector size of 46x35 cm, a 550 lbs patient table load capacity, and various gantry and table motion ranges. Additional requirements include ceiling-mounted configuration, integrated shielding, UPS for the system and workstation, and a contrast injector. Software needs encompass repeat rate tracking, 3D imaging, digital subtraction angiography, and image fusion capabilities. Security and connectivity mandate OEM-supported OS, DICOM compliance, encrypted hard drives, and compatibility with Philips PACS, VA VistA Imaging, and hemodynamic/radiation dose monitoring systems. The proposal also outlines clinical and biomedical technician training, service requirements including remote diagnostics and a one-year warranty, and preferred added value specifications like extended warranty and Cerner CAMM compatibility. Trade-in of an existing Philips ALLURA XPER FD20/10 system is also part of the requirement.
The government file is an RFP for one mobile C-arm R/F unit for the Viera Outpatient Clinic’s Radiology and Pain Management Departments. The request is for replacement equipment due to the current device being end-of-life and running on an unsupported operating system. The RFP outlines detailed technical specifications for the unit, including physical dimensions, imaging capabilities (flat panel detector, 31cm minimum detector size, 3.5-3.7 lp/mm resolution), range of motion (orbital, pivot, panning, horizontal, vertical travel), generator output (15 kW minimum), monitor size (32 inches minimum), image capacity (40,000 minimum), and display resolution (3840 x 2160). Additional features like image magnification, wireless foot pedal, motion/metal detection, measurement software, and various safety warnings are also required. The document also specifies advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic tools. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS/DICOM/VA VistA Imaging compatibility, and FIPS 140-2/3 compliant wireless connectivity. Training requirements include on-site clinical applications training for technologists and physicians, and biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year minimum warranty with PMs. Vendors are encouraged to offer added value like extended warranties and a post-warranty remote diagnostic service program. The RFP also includes details for a trade-in of a GE Healthcare OEC 9900 ELITE C-arm.
The Orlando VA Medical Center (Viera OPC) is seeking one mobile R/F C-arm unit for its Pain Management and Radiology Departments, replacing an end-of-life device with an unsupported operating system. Key technical requirements include a flat panel detector (minimum 31cm), specific ranges of motion (e.g., 152-degree orbital rotation, 360-degree pivot), a 15 kW generator, 32-inch monitor, and storage for 40,000 images. Additional features like wireless foot pedals, automatic brightness stabilization, and a remote control option are required. Advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging are necessary. The unit must have an OEM-supported OS, DICOM and PACS compatibility, and FIPS 140-2/3 compliant wireless connectivity. Training for technologists and physicians, including follow-up sessions and CMEs, is mandatory. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering all parts, labor, and PMs. Optional added value includes extended warranties and a post-warranty remote diagnostic service program. A GE Healthcare OEC 9900 ELITE unit is available for trade-in.
The Southern Arizona VA Health Care System is requesting a mobile radiographic unit for its expanded Emergency Department. This Request for Proposal (RFP) outlines comprehensive technical specifications, including generator power, kV/mAs ranges, tube specifications, detector configurations (wireless and fixed), and various system features like automatic dose control and an onboard display. The RFP also details software requirements for image processing and dose reduction, along with security and connectivity mandates such as PACS compatibility and FIPS 140-2/3 compliance. Training for technologists and biomedical technicians, service requirements like remote diagnostics and a one-year warranty, and submission of product documentation are also critical components. The VA has no trade-in units, and while some specifications are preferred rather than required, all offerings will be evaluated for added value to enhance patient care and workflow efficiency.
The Southern Arizona VA Health Care System is requesting a mobile radiographic unit to enhance its Emergency Department's imaging capabilities. The unit must meet specific technical requirements for physical specifications, wireless detector configuration, additional features like automatic dose control and collapsible columns, and software solutions for rapid image display and dose reduction. Security and connectivity requirements include OEM-supported OS, DICOM compatibility, wireless VA network connectivity, and encrypted hard drives. Training requirements involve on-site clinical applications training for technologists and super users, with CME credits, and optional biomedical technician training. Service mandates include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings are encouraged but not required, and the VA has no trade-in units.
The Southern Arizona VA Health Care System is requesting a new mobile radiographic unit for its expanded Emergency Department. This Request for Proposal (RFP) details the technical, system wireless detector, additional, software, security, and connectivity requirements for the unit. Key specifications include a 30 kW high-frequency generator, 40-150 kV range, and a minimum 14x17 inch fixed detector. The RFP also outlines training requirements for clinical staff and biomedical technicians, service requirements covering warranty and remote access, and preferred 'added value' offerings like extended warranties. Vendors must provide comprehensive documentation, including technical specifications, product brochures, and security statements, while adhering to strict formatting guidelines for their responses. The goal is to enhance patient care and optimize emergency response workflows.
The Southern Arizona VA Health Care System requires one mobile radiographic unit to expand its Emergency Department, enhancing patient care and workflow. This RFP outlines detailed technical specifications for the unit, including a 30kW generator, 40-150kV range, 0.1-500mAs, 14x17in wireless detector, and an 8-hour battery life. The system must also include automatic dose control, on-board image display, and various software solutions for image processing, annotation, and dose reduction. Security and connectivity requirements specify OEM-supported OS, DICOM compatibility, wireless connectivity to the VA network (FIPS 140-2/3 compliant), encrypted hard drive, and PACS integration. The solicitation mandates on-site clinical training for 30 technologists and 2 super users, with CME credits provided. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering all parts, labor, and PMs. Preferred added values include extended warranty and a post-warranty remote diagnostic service program. The VA has no trade-in units.
The Southern Arizona VA Health Care System requires two new mobile R/F Mini C-Arms to replace a high-failure-rate unit and meet increased demand from various services. The RFP details extensive technical specifications, including minimum detector size, range of motion, image capabilities (e.g., flat panel detector, image magnification, automatic video playback), and power requirements. Additional specifications cover workstation features, advanced applications like orthopedic optimization, and security/connectivity requirements such as OEM-supported operating systems, encrypted hard drives, and PACS compatibility. The solicitation also outlines mandatory clinical and biomedical training for staff, service requirements including remote diagnostics, operator and service manuals, and a one-year warranty. Vendors are encouraged to propose added value for service, warranty, and training, and must provide detailed documentation. A trade-in option is available for an existing ORTHOSCAN FD PULSE unit.
The Southern Arizona VA Health Care System requires two mobile R/F mini c-arms to replace a failing unit and meet simultaneous clinical needs across Ortho, Podiatry, and General services. The technical specifications include flat panel detectors, minimum image intensifier and detector sizes, specific ranges of motion, a 24-inch monitor, 10,000 image capacity, and various features like wireless foot pedals, touchscreen controls, and image manipulation software. The system must also meet security/connectivity requirements, including DICOM and PACS compatibility (VA VistA Imaging, AGFA EI), encrypted hard drives, and wireless connectivity with FIPS 140-2/3 compliance. Training involves on-site clinical applications for technologists and physicians, with follow-up sessions and CME credits for technologists. Biomedical technician training is available as an optional, off-site item. Service requirements include VPN/remote diagnostics, operator/service manuals, and a one-year warranty covering parts, labor, and PMs. The facility also has an ORTHOSCAN FD PULSE unit available for trade-in.
The Southern Arizona VA Health Care System requires two mobile R/F units, specifically mini C-arms, to replace a high-failure-rate unit and meet the simultaneous needs of multiple departments like Ortho, Podiatry, and General Radiology Service. The RFP outlines detailed technical specifications for the units, including physical dimensions, image quality, range of motion, generator output, monitor size, and image capacity. Additionally, it specifies requirements for advanced applications, security/connectivity (e.g., PACS compatibility, encrypted hard drive, wireless connectivity), clinical and biomedical technician training, and service agreements, including a minimum one-year warranty and options for remote diagnostics. Vendors are encouraged to propose added value offerings and must provide comprehensive documentation, while an existing ORTHOSCAN FD PULSE unit is available for trade-in.
The Southern Arizona VA Health Care System requires two new mobile mini c-arm R/F units due to high failure rates of existing equipment and simultaneous demand from multiple departments (Ortho, Podiatry, and General). The technical requirements include a flat panel detector with minimum sizes of 14.5 cm x 11.4 cm for both detector and image intensifier, specific ranges of motion, a 7.5W generator, a 24-inch monitor, and storage for 10,000 images. Additional specifications cover features like image magnification, wireless foot pedal, and motion detection. The units must support orthopedic applications with metallic edge suppression and bone visualization optimization. Security requirements include an OEM-supported OS, DICOM compatibility, encrypted hard drives, and wireless connectivity to the VA network. Training includes on-site clinical application training for technologists and physicians, and information on biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year manufacturer’s warranty. Added value offerings such as extended warranties and post-warranty remote diagnostics are encouraged. The RFP also includes details for a trade-in unit (ORTHOSCAN FD PULSE, model 5J1317, asset 87885) and requires specific documentation like the MDS2 form and FIPS 140-2/140-3 certification.
The Southern Arizona VA Health Care System requires three mobile R/F units, specifically 3D C-Arms, to replace outdated equipment. The new systems must feature a flat panel detector, 31cm minimum detector size, 2.7 lp/mm spatial resolution, and 200-degree orbital rotation, among other technical specifications. Key features include image magnification, consistent field of view, wireless foot pedals, and various advanced applications like Digital Subtraction Angiography. The RFP also mandates extensive training for technologists and physicians, a one-year warranty, remote diagnostic capabilities, and comprehensive documentation. The agency is also offering trade-in for three existing GE OEC 9900 ELITE units.
The Southern Arizona VA Health Care System requires three new 3D C-Arm units to replace outdated equipment, enhancing diagnostic and procedural capabilities in Imaging Service. These units must meet specific technical requirements, including a flat panel detector, 31cm minimum detector size, 2.7 lp/mm spatial resolution, and various range of motion specifications. Additional features like wireless foot pedals, touchscreen monitors, and advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic optimization are mandatory. The RFP also outlines stringent security and connectivity requirements, including DICOM compliance, encrypted hard drives, and PACS compatibility with VA VistA Imaging and AFGA EI. Comprehensive training for technologists and physicians, along with a one-year warranty, remote diagnostic services, and specific documentation, are essential. The system also allows for trade-in of three operational GE OEC 9900 ELITE C-Arms.
The Southern Arizona VA Health Care System requires three mobile R/F units with 3D C-Arm capabilities to replace end-of-life equipment. The solicitation outlines detailed technical specifications including a flat panel detector, minimum detector size of 30cm, 2.7 lp/mm spatial resolution, and a minimum generator output of 15kW. Additional features like image magnification, consistent field of view, wireless foot pedal, and motion/metal detection are required. Advanced applications such as Digital Subtraction Angiography (DSA) and Pulsed cine Bolus chase imaging are also specified. The system must meet security and connectivity requirements, including OEM-supported OS, encrypted hard drive, and PACS compatibility (VA VistA Imaging, AFGA EI). Training requirements include on-site clinical applications for technologists and physicians, as well as biomedical technician training. Service mandates a one-year warranty, remote diagnostics, and provision of operator and service manuals. Vendors are encouraged to offer added value like extended warranties and provide specific documentation. Three GE OEC MEDICAL SYSTEMS INC. OEC 9900 ELITE units are available for trade-in.
The Southern Arizona VA Health Care System requires three new 3D Mobile C-Arm systems to replace outdated equipment, enhance diagnostic capabilities, and improve surgical workflows for various clinical procedures. The technical specifications demand advanced imaging features, including a flat panel detector, high spatial resolution, and extensive range of motion. Additional requirements cover features like image magnification, consistent field of view, wireless foot pedals, and comprehensive security and connectivity options, including DICOM and PACS compatibility. Training requirements include on-site clinical applications training for technologists and physicians, with follow-up sessions, and continuing education credits for technologists. Biomedical technician training is also required, with off-site options. Service requirements mandate VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and preventive maintenance. The RFP also details trade-in opportunities for three existing GE OEC 9900 ELITE C-Arms.
The Southern Arizona VA Health Care System (SAVAHCS) requires two mobile R/F units (21cm and 31cm flat panel detectors) to replace end-of-life C-Arms, enhancing diagnostic and procedural imaging capabilities in various hospital settings. The solicitation specifies detailed technical requirements for unit physical specifications, advanced applications like Digital Subtraction Angiography (DSA) and orthopedic imaging tools, and security/connectivity features including PACS compatibility and FIPS 140-2/3 compliance. Training for technologists and physicians, and biomedical technician training, are also outlined. Vendors must provide service programs, manuals, and a minimum one-year warranty. The RFP also includes details for trade-in of two existing GE OEC 9900 ELITE units.
The Southern Arizona VA Health Care System requires two mobile R/F units (C-Arms) to replace outdated equipment, ensuring advanced image clarity for diagnostic and procedural applications. These units, one 21cm and one 31cm, are essential for real-time imaging in various clinical settings, including OR, Bronchial Lab, Pain Lab, orthopedics, and GI clinics. The technical specifications include flat panel detectors, minimum spatial resolutions of 3.5lp/mm (21cm) and 2.7lp/mm (31cm), and a generator output of at least 15kW. Additional features like wireless foot pedals, touchscreen monitors, and advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic optimization are required. Security and connectivity requirements include DICOM and PACS compatibility, encrypted hard drives, and wireless network connectivity. Training for technologists and physicians is mandatory, along with a one-year warranty, remote diagnostic services, and provision of manuals. The file also details two GE OEC MEDICAL SYSTEMS INC. OEC 9900 ELITE units available for trade-in.
The Southern Arizona VA Health Care System (SAVAHCS) requires two mobile R/F units to replace outdated C-Arms, essential for real-time imaging in various clinical settings including OR, Bronchial Lab, and Pain Lab. The Request for Proposal (RFP) outlines detailed technical specifications for these units, including detector size, spatial resolution, range of motion, generator output, and monitor size. The RFP also specifies additional features like image magnification, consistent field of view, wireless foot pedals, and advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging tools. Connectivity requirements include OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and AGFA EI. The document details training requirements for clinical staff and biomedical technicians, along with service requirements for VPN/remote access. Vendors must provide comprehensive documentation, including product brochures, manuals, and a minimum one-year warranty. The RFP also lists existing GE OEC 9900 ELITE C-Arms available for trade-in.
The Southern Arizona VA Health Care System requires two mobile R/F C-Arm units (21cm) to replace outdated equipment. These units are critical for real-time imaging in various clinical settings including OR, Bronchial Lab, Pain Lab, and G.I. clinics. The technical specifications demand advanced image clarity, a flat panel detector, minimum detector/II size of 21cm, 3.5lp/mm spatial resolution, and extensive ranges of motion. Additional features include wireless foot pedals, image magnification, automatic brightness stabilization, and advanced applications like Digital Subtraction Angiography and orthopedic optimization. Security requirements specify OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility with VA VistA Imaging and AGFA EI, and wireless connectivity with FIPS 140-2/3 compliance. Training for technologists and physicians, and biomedical technician training, are mandatory. Service requirements include VPN/remote access, operator/service manuals, and a one-year warranty. Two GE OEC 9900 ELITE C-Arms are available for trade-in.
The Walla Walla VA Medical Center (VAMC) is seeking to procure one new ultrasound system for general imaging and women's health, capable of performing various ultrasound types including transvaginal, transabdominal pelvic, abdominal, extremity, vascular, and small parts. The Request for Proposal outlines detailed technical specifications covering physical dimensions, monitor and touchscreen requirements, battery life, scanning modes (2D, 3D, Doppler), control panel features, and additional functionalities like panoramic mode, image annotation, and elastography. The RFP also specifies required analysis packages for various medical areas and a list of necessary transducers with specific frequency ranges. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, DICOM and PACS compatibility (VA VistA Imaging and Carestream), and wireless connectivity with FIPS 140-2 or 140-3 compliance. Training requirements involve on-site clinical applications training for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, provision of operator and service manuals, and a one-year manufacturer's warranty covering parts, labor, and PMs. Vendors are encouraged to offer added value such as extended warranties or post-warranty diagnostic programs. Required documentation for submission includes a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and detailed support information. The VA also has a GE Healthcare Logiq E10 ultrasound system available for trade-in.
The Walla Walla VA Medical Center is requesting one new ultrasonic scanning system to support general imaging and women's health. The system must perform various ultrasounds, including transvaginal, transabdominal pelvic, abdominal, extremity, vascular, and small parts. Key technical requirements include a 22-inch monitor, 360-degree rotation, 1920x1080 resolution, a 12-inch touchscreen, 4 transducer ports, 1TB image storage, and 30 minutes of battery life. The system needs comprehensive scanning and Doppler modes, a physical keyboard, touchscreen controls, and various additional features like panoramic mode and PACS compatibility. Specific analysis packages and five types of transducers are required. Training for technologists and physicians, a one-year warranty, and options for extended service and remote diagnostics are also part of the request. A GE Healthcare Logiq E10 is available for trade-in.
The Washington DC VA Medical Center is seeking a new mobile C-arm R/F unit for its Neurology (Pain Clinic) department. The Request for Proposal (RFP) outlines detailed technical specifications, including a flat panel detector with a minimum 20cm size, various ranges of motion, and advanced imaging features such as Digital Subtraction Angiography (DSA) and Orthopedic applications. The unit must also meet specific security and connectivity requirements, including OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Optum/McKesson. Training requirements include on-site clinical applications for technologists and physicians, and technical training for biomedical technicians. Service requirements specify VPN/remote access, operator and service manuals, and a one-year warranty. Vendors are encouraged to offer added value such as extended warranties. A Siemens Medical Systems Cios Fusion C-arm is available for trade-in.
The Washington DC VA Medical Center requires one new mobile C-arm unit for its Pain Clinic to replace outdated equipment. The unit needs a flat panel detector (minimum 20cm), specific resolution, and extensive range of motion (e.g., 145-degree orbital rotation). Key features include a 15kW generator, 15-inch touchscreen, 22-inch secondary monitor, 20,000 image capacity, and 1548x1524 pixel matrix. Additional specifications cover image magnification, consistent field of view, low-profile tube housing, foot pedal, and motion/metal detection. Advanced applications like Digital Subtraction Angiography (DSA), pulsed cine, roadmap technology, and orthopedic tools are required. Security and connectivity demand OEM-supported OS, DICOM compliance, encrypted hard drive, PACS compatibility (VA VistA Imaging, Optum/McKesson), and wireless connectivity (FIPS 140-2/3). Training includes on-site clinical instruction for seven technologists and three physicians, with optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics, two copies each of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Preferred "added value" items include additional warranty years and enhanced maneuvering. The solicitation also allows for trade-in of existing Siemens Cios Fusion equipment.
The VA Connecticut Medical Center in West Haven, CT, requires one mini portable c-arm system to replace a non-operational Hologic Fluoroscan Insight-FD unit for Radiology Services. The RFP details extensive technical specifications, including a flat panel detector, minimum 15cm detector size, and specific ranges of motion. Additional requirements cover imaging features like magnification, consistent field of view, and various software functionalities. The system must support advanced applications such as Digital Subtraction Angiography (DSA) and orthopedic imaging. Security and connectivity mandate an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Philips VUE PACS. Training includes on-site clinical instruction for technologists and physicians, and biomedical technician training. Service requirements specify VPN/remote access, operator and service manuals, and a one-year warranty. Added value offerings include extended warranties and complimentary training. The VA is also offering a non-operational Hologic Fluoroscan Insight-FD for trade-in.
The VA Connecticut Health Care System seeks a mini portable c-arm system for its West Haven Medical Center. This system will replace a non-operational unit and be used by Radiology Services and surgical teams for veteran patient treatment. The technical requirements include specific physical dimensions, image quality (flat panel detector, 15cm minimum detector size, 7 lp/mm spatial resolution), and operational features like 120-degree orbital rotation, wireless foot pedal, and touchscreen controls. Advanced applications like Digital Subtraction Angiography (DSA) and orthopedic imaging tools are required. The system must meet security and connectivity standards, including DICOM compatibility, encrypted hard drive, and PACS integration. Training for 9 technologists and 3 physicians is mandatory, along with options for biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty. The RFP also details trade-in information for the existing Hologic Fluoroscan Insight-FD mini c-arm unit.
The VA Greater Los Angeles Healthcare System (VA GLA) is requesting one ultrasound unit for its Pain Management and Rehabilitation department's Bakersfield Outpatient Clinic. This ultrasound will be used for point-of-care imaging diagnostics, primarily for musculoskeletal exams, guided injections, spasticity evaluations, botulinum toxin injections, neurolysis, nerve blocks, and ablative procedures. The request specifies detailed technical requirements, including physical specifications (e.g., 17-inch screen, 120-minute battery life), various scanning modes (2D, M-Mode, Doppler), Doppler displays, control panel features (physical buttons, touchscreen), additional functions (image annotation, needle guidance), and analysis packages (procedural, musculoskeletal). It also outlines requirements for three types of transducers, security/connectivity features like an OEM-supported operating system, encrypted hard drive, and PACS compatibility. The RFP emphasizes training (on-site clinical and optional off-site biomedical technician training), service requirements (VPN/remote access, operator and service manuals), and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties or voice operation, and to provide comprehensive documentation including product brochures and technical specification sheets.
The Greater Los Angeles VAMC requires one ultrasonic scanning system for point-of-care imaging in its Bakersfield Outpatient clinic, primarily for musculoskeletal exams, guided injections, spasticity evaluation, botulinum toxin injections, neurolysis, nerve blocks, and ablative procedures. The solicitation details specific technical requirements, including physical specifications (e.g., 17-inch screen, 3 transducer ports, 120-minute battery life), scanning modes (2D, M-Mode, Doppler variations), control panel features (physical buttons, touchscreen), analysis packages (procedural, musculoskeletal, vascular), and three types of transducers. Security and connectivity requirements include an OEM-supported OS, DICOM, encrypted hard drive, PACS compatibility, and wireless connectivity. Training involves on-site clinical applications for physicians and optional off-site biomedical technician training. Service requirements include remote diagnostics, operator and service manuals, and a one-year warranty covering parts and labor. Preferred but not mandatory specifications include additional warranty years and voice operation.
The El Paso VA Radiology department is seeking to procure three new diagnostic ultrasound units to replace end-of-service-life equipment. These units are crucial for diagnosing various diseases and injuries in veteran patients, aiming to enhance diagnostic capabilities and improve healthcare quality. The procurement outlines detailed technical requirements, including specific physical dimensions, scanning modes (2D, 3D, Doppler), control panel specifications (physical keyboard, touchscreen), and additional features like panoramic mode, image annotation, and PACS compatibility. The RFP also specifies required analysis packages and seven types of transducers with defined frequency ranges. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information is also requested. Service requirements emphasize OEM-supported operating systems, encrypted hard drives, wireless connectivity, and integration with VA VistA Imaging and Radimetrics. Added value offerings like extended warranties and remote diagnostic service programs are encouraged. The document also details other required documentation, minimum warranty, and information on three Philips Healthcare EPIQ 7 ultrasound units available for trade-in.
The El Paso VA Medical Service, Radiology Department, requires three new diagnostic ultrasound units to replace end-of-life equipment. These units must meet specific technical requirements, including a minimum 17-inch screen, 2 split screens, and various scanning modes like 2D, 3D, and Doppler. The request details control panel specifications, additional features like panoramic mode and PACS compatibility, and a range of transducers with specified frequency ranges. Training requirements include on-site clinical applications training for technologists and physicians, and optional biomedical technician training. Service mandates VPN/remote access, operator and service manuals, and a one-year warranty. The facility also offers three Philips Healthcare EPIQ 7 ultrasound systems for trade-in.
The El Paso VA Radiology department seeks to procure three new diagnostic ultrasound units to replace end-of-life equipment, enhancing diagnostic capabilities for veteran patients. The Request for Proposal (RFP) outlines detailed technical specifications for the units, including physical dimensions, scanning modes (2D, Doppler, 4D Power Doppler), Doppler display features, and control panel requirements. Additional specifications cover panoramic mode, multi-modality display, image optimization, and various analysis packages (procedural, abdominal, musculoskeletal, vascular, pelvic). The RFP also mandates specific transducer types with defined frequency ranges. Key requirements include OEM-supported operating systems, encrypted hard drives, PACS compatibility with VA VistA Imaging and Change Healthcare, and integration with Radimetrics. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Biomedical technician training information is also requested. Service requirements emphasize VPN/remote access for diagnostics during and after the warranty period. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. Required documentation includes a completed pre-procurement assessment form, service and operator manuals, product brochures, and technical specification sheets. The proposal also includes a trade-in option for three existing Philips Healthcare EPIQ 7 ultrasound units. This procurement aims to significantly upgrade the El Paso VA's diagnostic imaging services, ensuring advanced care for veterans.
The El Paso VA facility's Radiology department seeks to procure three new diagnostic ultrasonic scanning units to replace end-of-life equipment. These units will enhance diagnostic capabilities for veteran patients. Key technical requirements include a minimum 17-inch screen, 2 split screens, 180-degree monitor rotation, and 500GB image storage. The systems must support various scanning modes (e.g., 2D, M-Mode, Doppler), multiple Doppler displays, and advanced features like panoramic mode, image annotation, and PACS compatibility (VA VistA Imaging, Change Healthcare). The procurement also specifies required analysis packages (e.g., procedural, abdominal, vascular) and seven types of transducers with specific frequency ranges. Training requirements include on-site clinical applications training for technologists and physicians, and information on biomedical technician training. Service mandates a one-year warranty, remote diagnostic capabilities via VPN, and provision of operator and service manuals. Preferred added value offerings include extended warranties and a post-warranty remote diagnostic service program. The facility also has three Philips Healthcare EPIQ 7 ultrasound machines available for trade-in.
The El Paso VA is seeking a new bone densitometer to replace an aging system, enhancing bone health diagnosis and monitoring for veterans. The procurement outlines specific technical requirements, including scan times for various body parts, patient table capacity, and minimum monitor size. Additional specifications include a fan beam system, daily calibrations, integrated dose reporting, and mobile cart/desk. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, and compatibility with PACS (VA VistA Imaging and Change Healthcare). Training for eight technologists is required, along with optional off-site biomedical technician training. Service requirements include vendor-provided remote diagnostics via VPN and comprehensive operator and service manuals. The solicitation also encourages vendors to offer added value such as extended warranties and post-warranty remote diagnostic services, and lists preferred documentation like product brochures and technical specification sheets. The current bone densitometer, a HOLOGIC HORIZON A, is operational and available for trade-in.
The VA El Paso is seeking a new bone densitometer to replace an aging system, aiming to improve bone health diagnosis and monitoring for veterans. The facility, located at 5001 N. Piedras, El Paso, TX 79930, requires a system with specific technical specifications, including maximum scan times for various body parts, a minimum patient table load capacity of 550 lbs, and a minimum monitor size of 15 inches. Additional requirements include a fan beam system, daily calibrations, integrated dose reporting, a mobile cart/desk, UPS battery backup for at least 10 minutes, a color printer, and reports reflecting WHO and NHANES criteria. The system must also meet security and connectivity standards, including OEM-supported OS, latest DICOM features, encrypted hard drive, and compatibility with VA VistA Imaging and Change Healthcare PACS. The procurement includes on-site clinical training for 8 technologists and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The VA encourages vendors to offer added value such as extended warranties or post-warranty remote diagnostic services. The solicitation also includes provisions for trade-in of an existing HOLOGIC HORIZON A densitometer (Serial Number 301412M) and requires various supporting documentation.
The El Paso VA is seeking proposals for a new bone densitometer to replace its aging system, enhancing bone health diagnosis and monitoring for veterans. The Request for Proposal (RFP) details specific technical requirements, including scan times for various body parts, patient table load capacity, monitor size, and hard drive storage. It also outlines additional specifications such as a fan beam system, daily calibrations, integrated dose reporting, and a mobile cart. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Change Healthcare. The RFP mandates on-site clinical training for technologists, with continuing education credits, and requires vendors to provide technical training information for biomedical technicians. Service requirements cover VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. The El Paso VA also has a Hologic Horizon A densitometer available for trade-in. The deadline for compliance matrix submission is December 11, 2025.
The VA El Paso is seeking a new bone densitometer to replace an aging system, aiming to enhance bone health diagnosis and monitoring for veterans. The facility requires a system with specific physical and technical specifications, including maximum scan times for various body parts, a minimum patient table load capacity of 550 lbs, and a minimum monitor size of 15 inches. Key features include a fan beam system, daily calibrations, integrated dose reporting, and UPS support for at least 10 minutes during power outages. The densitometer must also meet security and connectivity requirements, such as OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Change Healthcare. Training requirements include on-site clinical applications training for 8 technologists with continuing education credits and optional off-site biomedical technician training. The vendor must provide VPN/remote access for diagnostics, two copies each of operator and service manuals, and a minimum one-year warranty covering all parts and labor. Preferred added values include an extended warranty, a post-warranty remote diagnostic service program, and a long-range plan. The procurement also involves a trade-in of an operational HOLOGIC HORIZON A system.
This amendment to a government solicitation provides crucial updates and reminders for vendors. Key changes include extending the quote submission deadline to January 14, 2026, and emphasizing the correct submission process via Box, as outlined in the RFO Instructions to Offerors document on SAM. Technical specifications have been amended, with changes highlighted in green on an Excel spreadsheet, necessitating the use of an updated compliance matrix (dated after November 20, 2025). Older versions of the compliance matrix will not be accepted. Additionally, four purchase orders have been updated: PO 630B50023 is now a Sole Source request, PO 578B58006 is moved to the January 2026 Turnkey consolidation, PO 523B51016's station is updated to '523 WEST ROXBURY, MA,' and PO 5345B5011's modality is updated to 'XR MRI MOBILE.' These changes are marked on the Schedule of Line Items sheet.
This memorandum outlines the updated NAC process for training related to delivery orders, effective from the FEB 16 consolidation. Key changes include awarding applications training with equipment purchases and removing off-site training from delivery order awards. Customers are now required to submit training requests at the time of need, including attendee names and course dates. HTME will process these requests as modifications to the delivery order, covering only the tuition cost of the training course. Travel expenses will be managed at the facility level, and a certificate of completion must be submitted to facilitate vendor payment. This streamlines the training request and payment process, centralizing tuition costs while decentralizing travel expenses.
RFO 36A79725Q0011, for SEP 2025 Equipment Only Consolidation, outlines the requirements for eligible contractors to submit offers for high-tech medical equipment. Competition is limited to current VA National Acquisition Center or Defense Logistics Agency contract holders. Offers must include best price and technical terms, individual product pricing, and multi-unit discounts. Vendors must provide comprehensive documentation, including compliance matrices and vendor workup spreadsheets, following a strict folder and naming convention. Evaluation factors prioritize "Availability of Required Features" and "Availability of Service," with non-price factors being significantly more important than price. Responses are due by January 14, 2026, 11:59 PM CST, and must be uploaded as a ZIP file to Box, followed by an email confirmation to Teresa.rogofsky@va.gov.
This government file details an extensive list of radiology equipment requisitions across numerous VA Healthcare Systems and Networks, identified by VISN (Veterans Integrated Service Network) and specific stations. The document itemizes various types of imaging equipment, such as XR RAD, XR US, XR PORT C ARM, XR MRI, NM BONE DEN, NM PET CT, and others, along with their quantities. A significant portion of the document comprises vendor questions and requests for adjustments to equipment specifications, including minimum distances, weight limits, screen sizes, detector types, and software requirements. These questions aim to broaden competition, clarify technical specifications, and ensure alignment with industry standards and clinical needs. The overall purpose is to procure necessary radiology equipment while addressing vendor concerns and optimizing the procurement process for various VA facilities.
The provided document lists various Veterans Integrated Service Networks (VISNs) and their associated healthcare stations, detailing specific medical equipment (EQ PO) and their quantities. This file outlines the distribution of different types of imaging equipment, such as XR RAD, XR US, NM BONE DEN, XR MAMMO, XR MRI, XR PORT C ARM, XR CT, NM PET CT, and others, across numerous VA facilities. The list includes VISN 1 (VA New England Healthcare System), VISN 2 (VA Healthcare Network Upstate New York), VISN 4 (VA Stars & Stripes Healthcare Network), VISN 5 (VA Capitol Health Care Network), VISN 6 (VA Mid-Atlantic Health Care Network), VISN 7 (VA Southeast Health Care Network), VISN 8 (VA Sunshine Healthcare Network), VISN 9 (VA Mid South Healthcare Network), VISN 10 (VA Healthcare System of Ohio), VISN 12 (VA Great Lakes Health Care System), VISN 15 (VA Heartland Network), VISN 16 (South Central VA Health Care Network), VISN 17 (VA Heart of Texas Health Care Network), VISN 19 (VA Rocky Mountain Network), VISN 20 (VA Northwest Network), VISN 21 (VA Sierra Pacific Network), VISN 22 (VA Desert Pacific Healthcare Network), and VISN 23 (VA Midwest Health Care Network). Each entry specifies the VISN, station name, a unique equipment purchase order number, the type of equipment, and the quantity. This document appears to be an inventory or procurement list, crucial for managing and allocating medical imaging resources within the VA healthcare system.
The "SEP 2025 Equipment Only Consolidation Schedule" outlines key dates and milestones for a federal procurement process managed by Teresa Rogofsky. The schedule begins with requirements due to the NAC in FORCE by September 30, 2025, followed by the publication of a Pre-Solicitation Notice on October 23, 2025, and the posting of Requirements and Request for Offers (RFO) on October 29, 2025. Vendors are to submit equipment questions by November 19, 2025, with responses published by December 17, 2025. Offers from vendors are due by January 14, 2026, and customers will receive these offers a week later. Technical evaluations and best value selections are due by February 11, 2026, with the NAC assigning CO workload by February 18, 2026. The goal is to award Delivery Orders by May 20, 2026, approximately 90 days from workload assignment. All dates are estimates and subject to change.
VA Directive 6550 Appendix A outlines comprehensive requirements for procuring medical devices, focusing on network-connected and sensitive information-storing equipment. The directive mandates detailed information gathering on device specifications, operating systems, and network capabilities, emphasizing adherence to security standards like FIPS 140-2/3 for wireless connections. It prohibits devices with unsupported operating systems and non-compliant wireless networking. A critical component is the Enterprise Risk Analysis (ERA), which, if existing and applicable, streamlines the procurement process. The document also details stringent requirements for automated patching, logging, database support, antivirus compatibility, endpoint management, two-factor authentication, domain joining, data encryption, and vulnerability scanning. Furthermore, it addresses data storage, external connectivity, IP addressing, and the use of technologies like Java, machine learning, and digital signatures. The directive also covers pre-production environments, backup solutions, and HL7/Cerner interfaces, requiring specific approvals for EHRM connections. This directive ensures that all medical device procurements align with VA's cybersecurity and operational standards, mitigating risks associated with unsupported or non-compliant systems.
This government file, identified as CONSOLIDATION / RFQ# 36A79725Q0011, is a template for requesting and consolidating equipment and extended installation/turnkey services quotes. It includes sections for detailed equipment pricing, with columns for short descriptions, quantities, various discounts (market, additional discounted), list prices, net prices, and extended prices. The document also provides a comprehensive breakdown for extended installation and turnkey services across numerous divisions, from general requirements and existing conditions to specialized areas like mechanical, electrical, communications, and various industrial equipment. A 1.40% NAC Surcharge is applied to both equipment and turnkey services. The file is designed for vendors to complete highlighted cells and includes sections for trade-in information and a summary of combined totals for equipment and services, indicating its use in a procurement process for federal, state, or local government projects.