USAFA 10 MDG Echocardiogram
ID: FA700025Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking quotes for the procurement of a specialized echocardiogram system, which includes delivery, installation, and training services. The system must meet specific technical requirements, including AI-enhanced cardiac imaging software and compliance with Department of Defense security protocols, and must have a current Authority to Operate (ATO) authorized by the Defense Health Agency. This procurement is critical for advancing cardiac imaging technology within military healthcare settings, ensuring high-quality medical assessments for service members. Interested vendors must submit their quotes electronically by February 6, 2025, and can contact Katlyn Blacksten at katlyn.blacksten@us.af.mil or April Delobel at april.delobel.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines the requirements for a new echocardiogram system intended for use by the Department of Defense. This system must feature AI-enhanced cardiac imaging software and various transducers to create 3D images and support comprehensive cardiac assessments, including mobile portability and the ability to support DVD image production. Critical security stipulations include the disabling of remote desktop support, compliance with Department of Defense protocols, and necessary certifications (Authority to Operate from Defense Health Agency). The system should consist of a user-friendly single-seat workstation capable of analyzing cardiac measurements, including strain analysis and automated volume quantification. It must support advanced reporting functions while allowing easy adaptation to specific clinical needs. Additionally, it should provide customized remote support and maintenance services, alongside clinical training. The document also mentions the possibility of trading in an existing echocardiogram system for this new purchase. Overall, these requirements reflect a commitment to advancing cardiac imaging technology in a secure and practical manner for military healthcare settings.
    The document outlines clauses incorporated by reference in a federal solicitation for contract proposals, emphasizing compliance requirements for contractors. Key clauses address topics like whistleblower rights, restrictions on telecommunications services from specified countries (e.g., the Maduro regime, Xinjiang), and government acquisition regulations. It details requirements for unique item identification for delivered items, including specific documentation needed for payment processing through the Wide Area Workflow (WAWF) system. Additional provisions involve contractor representations regarding business operations with disadvantaged groups, restrictions against inverted domestic corporations, and prohibitions on engaging in certain activities related to Iran. The document aims to ensure fair contracting practices, compliance with federal regulations, and the protection of government interests during procurement processes across federal, state, and local levels, highlighting the importance of transparency, accountability, and security in government contracts. Ultimately, it serves as a guideline to aid potential contractors in fulfilling their obligations and understanding the necessary compliance measures.
    The document outlines the "Trade Agreements Certificate—Basic" provision, primarily used in federal solicitations under the Defense Federal Acquisition Regulation Supplement. It defines key terms related to designated country end products and evaluates offers based on their origin. The government prioritizes U.S.-made, qualifying country, or designated country end products, except in instances where no suitable offers are available, or a national interest waiver is granted. Offerors must certify the country of origin for end products included in their contracts, distinguishing between state end products and nondesignated country end products. The document is structured to facilitate compliance with trade agreements and ensure that eligible contractors understand their obligations regarding product sourcing, thereby supporting governmental procurement policies aimed at fostering domestic and designated country industries.
    The U.S. Air Force Academy (USAFA) has issued a Request for Quote (RFQ) FA700025Q0013 for the procurement of an Echocardiogram system, including delivery, installation, and training services. This solicitation is compliant with the Federal Acquisition Regulation (FAR) and aims to award one firm fixed-price contract. The project falls under NAICS code 334510 and requests responses from manufacturers or authorized resellers. The required Echocardiogram system must meet the specifications detailed in an attachment and be delivered to the USAFA by a specified deadline, with terms for inspection and acceptance requiring government authorization before payment. Interested vendors must submit their quotes electronically by February 6, 2025, and are advised that costs incurred preparing the quote will not be reimbursed. Quoters are reminded to comply with various submission requirements, including providing company details, descriptive literature, and confirming registration in the System for Award Management (SAM). Evaluation of quotes will be based on technical merit, past performance, and pricing. The government reserves the right to cancel the RFQ or modify the conditions of submission. This solicitation exemplifies the structured approach of the federal procurement process aimed at acquiring specialized medical equipment for military facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    high-speed, high dynamic range, thermal imaging system
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a high-speed, high dynamic range thermal imaging system. This system is intended to operate in the medium-wavelength infrared (MWIR) band and is crucial for advancing research capabilities at the Air Force Institute of Technology (AFIT), particularly in graduate optical engineering labs and ongoing defense-centered projects. Interested firms are required to submit a capability statement electronically to the designated contacts by December 15, 2025, at 11:00 AM EST, with all submissions becoming government property and subject to specific formatting guidelines. For further inquiries, interested parties can reach out to Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    65--ICU SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of an ICU System, specifically NSN 6515017246129. The requirement includes a single unit to be delivered to the Commanding Officer within five days after order placement, with the approved source being 1CAY9 124846. This procurement is critical for medical facilities, as the ICU System plays a vital role in patient care and monitoring in intensive care units. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    6525--Sonosite ST Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, is seeking quotes for the procurement of one Sonosite ST Ultrasound System, along with necessary accessories, for the Manchester VA Medical Center in Manchester, NH. This procurement is a brand-name-only requirement, emphasizing the unique features and compatibility of the Fujifilm SonoSite system with existing equipment, which is crucial for ensuring patient safety and reducing training and maintenance costs. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns must submit their quotes by December 19, 2025, at 10 AM Eastern Time, to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, with delivery expected within 30 days of order receipt.
    CIRCUIT CARD ASSEMB /NSN: 5998015381959IM / PN: 012095-0001
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for nine (9) Circuit Card Assembly units (NSN: 5998-01-538-1959 IM, PN: 012095-0001) through an oral solicitation (FA8117-26-Q-0004). These units, which are critical components for the AN/GRN-30(V)1 system, must be newly manufactured from specified materials, including aluminum and copper, and adhere to military packaging and marking standards. Interested vendors are required to submit their quotes by January 11, 2026, with a delivery deadline set for April 1, 2026, to designated foreign military sales locations. For further inquiries, potential bidders can contact Emma Taylor at emma.taylor.7@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.