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
  1. 1
    Posted Jan 31, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 9:00 PM UTC
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.
Jan 31, 2025, 9:05 PM UTC
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.
Jan 31, 2025, 9:05 PM UTC
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
Sources Sought
Similar Opportunities
Advanced 3D Imaging system
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Terarecon INC. for the provision of an Advanced 3D Imaging system to enhance its Picture Archiving and Communication Systems (PACS). The primary objective of this procurement is to transition from multiple local PACS solutions to a unified enterprise-level Advanced 3D solution, which includes an integrated graphical user interface and improved interoperability among existing systems. This initiative is crucial for advancing imaging capabilities within the DHA's healthcare delivery framework, ensuring compliance with industry standards and cybersecurity measures. Interested parties must submit their capabilities statements to the Contract Specialist, Jessee Chege, via email by 12:00 p.m. ET on April 21, 2025, and must affirm their active registration in the System of Award Management (SAM).
51263-Vevo Standard Protection Service Level Agreement (SLA)
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is seeking a service contract for the maintenance of a Vevo 3100 ultrasound system, specifically from the original equipment manufacturer, Fujifilm VisualSonics. The contract will cover one base year with two optional years and requires at least one preventative maintenance visit annually, along with all necessary parts, labor, overtime, and travel, ensuring a guaranteed response time of 24 hours for service requests. This procurement is critical for maintaining operational readiness and reliability of specialized medical instruments used by the Navy Expeditionary Medical Research Command. Interested parties can reach out to Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further inquiries regarding this opportunity.
6525--Ultrasound Acquisition Board Module - NWI
Buyer not available
The Department of Veterans Affairs (VA) is soliciting quotes for the acquisition of a Philips Epiq B-Cart Acquisition Module to support the Omaha VA Health Care System. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring vendors to provide all necessary labor, transportation, and equipment, with delivery expected within 30 days after receipt of the purchase order. The initiative underscores the VA's commitment to modernizing medical equipment while promoting participation from veteran-owned businesses in federal contracting opportunities. Interested parties must submit their quotes via email to the designated Contract Specialist, Jim Miller, by 10:00 AM CST on April 10, 2025, with technical inquiries due by April 8, 2025.
VDATS DDC MESS7-F35
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of avionics devices under solicitation FA857125Q0070. The requirement includes the supply of five units of the ACEX 2x 1553 and 429 USB avionics devices for the 402d Electronics Maintenance Group at Robins Air Force Base, Georgia, with a delivery timeframe of 12 weeks from the award date. This procurement is critical for supporting the F35 program and ensuring operational readiness, emphasizing compliance with environmental standards and quality assurance. Interested vendors must register in the Joint Certification Program (JCP) to access bid documents and can contact Natalie Roberson at natalie.roberson@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.
IT EQUIPMENT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of IT equipment at Eglin Air Force Base in Florida. The procurement includes electronic display, audio, and video devices for a multi-purpose room, with strict compliance to technical and security standards, including Energy Star compliance and Information Assurance regulations. This opportunity is crucial for enhancing operational capabilities and ensuring secure communication within military environments. Interested vendors must RSVP for a site visit by March 28, 2025, submit questions by April 3, 2025, and provide quotes by April 18, 2025, with all submissions adhering to Federal Acquisition Regulation guidelines. For further inquiries, vendors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
Brand name or equal: point of care ultrasound system
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Point of Care Ultrasound System, specifically the FujiFilm Sonosite PX model, for the Philadelphia VA Healthcare System. The procurement emphasizes advanced imaging capabilities, portability, and compliance with cybersecurity standards, including built-in data encryption and secure data transmission. This equipment is crucial for enhancing healthcare technology and improving patient assessments in various medical fields. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must monitor GSA eBuy for the full solicitation, expected to be posted around April 15, 2025, and direct any inquiries to contract specialist Joanne Skaff at joanne.skaff@va.gov.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
VPI VHF Probe Kit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VHF Probe Kit essential for the Non-Destructive Inspection (NDI) of B-2 aircraft at Hill Air Force Base in Utah. This procurement aims to replace outdated equipment with a kit that includes VHF probes, electrode plates, USB cables, and a Panasonic Toughbook, all necessary for maintaining operational readiness and compliance with military inspection standards. The solicitation is a sole-source procurement due to the proprietary nature of the required inspection software, and proposals must be submitted electronically by April 10, 2025, with a delivery timeline of 20 weeks post-acceptance. Interested contractors should contact Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or 801-586-6992 for further details.
FY25 METC Emergency Care Textbooks Package ISBN: 9780137274437
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to supply a package of emergency care textbooks, including the "Emergency Care Textbook + MyLab BRADY + EMT Review Plus App," for the Air Force Aerospace Medical Service Apprentice (AMSA) course. This procurement aims to provide essential educational resources for 800 students, ensuring they have access to materials necessary for meeting EMT National Standards Certification, with a delivery deadline of August 1, 2025. The contract emphasizes support for women-owned small businesses and will adhere to federal acquisition regulations, including invoicing through the Wide Area Workflow (WAWF) system. Interested parties must submit their quotes by 10:00 am Central Time on April 10, 2025, and direct any questions to the primary contacts, Aisha R. Adams and Gary Beck, via their provided email addresses.
RFI for Ultrasound Inspection Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information regarding Ultrasound Nondestructive Inspection Equipment tailored for multiple aircraft types through a Request for Information (RFI). The objective is to identify potential sources and capabilities that can meet specific inspection requirements, including modern systems capable of capturing, analyzing, and reporting defects in structural components, with features such as the ability to test composite materials and conduct inspections without surface stripping. This RFI is a preliminary step to assess available technology and does not initiate a contract or payment for responses; interested vendors should submit their Capability Statements and detailed descriptions of their systems to Dormey Blankmann at dormey.blankmann@us.af.mil by the specified deadline, with response documents limited to ten pages.