Imaging Specifications


[PDF]Imaging Specifications - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

3 downloads 121 Views 468KB Size

UConn Health Center Bid #5-2557 OBJECTIVES OF UCONN HEALTH CENTER: To purchase a new RAD System for the ACC which is currently under construction.

The vendor must respond to each item in the purchase requirements, stating acceptance or taking exception to the item. If a specification cannot be met, the vendor is required to provide alternatives or explanations, noted as exceptions to these specifications. Dept./Room ACC: Diagnostic Imaging S3280: Gen Rad

Mitchell ID # 506285

Qty

Product Description

1

IMAGING, RADIOGRAPHIC SYSTEM. DIGITAL

Standard System Radiographic Imaging System - Digital

Comments

System Price

Overhead Tube, Dual Detector DR System

System Price

Dual Detectors: 1-Fixed FD in Wallstand & 1 Wireless FD in Table

System Price

65 kw Generator

System Price

Motorized Ceiling Mount X-ray tube with Autopositioning; Synchronized SID tube tracking w/ handheld controller

System Price

14x17 wireless Flat Detector for table & cross-table use (describe panel construction/materials)

System Price

Motorized height adjustable, 8 way floating tabletop - 900 lb. Static.; 550Lbs w/float, Min.Capacity; Note minimum & maximum table height

System Price

Motorized, synchronized Tilting wall bucky; 17x17 Flat detector (describe panel construction/materials)

System Price

Operation: Touchscreen system set-up & Image preview display at tube head (if available on wall stand)

System Price

Operator setup and touchscreen display functions duplicated in control area

System Price

Color Flat Panel display for acquisiton workstation

System Price

Technologist Applications training: 5 full day on-site training, plus additional cost of advanced application training

System Price

Options Requested Accessories: Lateral Cassette Holder;

Price separate

Pediatric restraint (Qty. 1):Table top and Hanging Ped. supports for Wallstand

Price separate

Wallstand handgrips and support bar

Price separate

Removable Grids for Wallstand and Table

Price separate

FP Protector (for standing studies); Storage rack for Detector

Price separate

Auto-dose selection optimization

Price separate

Pre-set Protocols: Ortho; Pediatrics, Thoracic; Automated and personalized Protocols

Price separate

Image Processing: Tissue equalization; collimator edge detection; zoom; roam; annotate, etc. Dual Energy: Bone Suppression: Subtraction Acquisition and Display: If a third party solution (Riverain) is used, add additional interface for second DR system All Dose reduction features commercially available

Price separate

DICOM: Modality Worklist w/Auto Refresh; DICOM Storage; PPS; Print; Query Retrieve

Price separate

Digital bone stitching stand

Price separate

Localized UPS for workstation

Price separate

Price separate Price separate

VEDNDOR RESPONSE

18-Month Extended Warranty

Price separate

Applications Training

Price separate

Advanced Applications Training

Price separate

24 Hr. Remote Diagnostics

Price separate

Freight, rigging, and installation

Price separate Price separate

Project management services Bid Price:

Price separate

Standard Full Service Agreement Bid Price:

Price separate

Quote Shared Service Agreement, 5 year, Training for 2 BioMed FSE Annually Service Agreement Price, Annual: Add/Alt Options

OPTIONS: Autostitching (Auto Image Paste) Capability for Leg/Spine Display: Specify number of images that can be pasted.

Price separate

Volume Rad Acquisition: Multiple low energy sweeps at different levels.

Price separate Price separate

Flat Panel Detector Insurance: Per Panel/per year; Deductible

CONTRACT If you do not submit a signed UConn Health Center Contract or Purchase Agreement, you must submit a "red lined" version with your bid response to ensure a quick contracting process. NOTE: An editable version of the Contract or Purchase Agreement was submitted with the original RFP. If you have any questions please contact: Jessica Pitt, Procurement Manager Mitchell Planning Associates 630 Dundee Rd Suite 340, Northbrook, IL 60062 Phone: 847.412.0407; Fax: 847-412-0385; Email: [email protected] Contact Information: Provide the contact information of the person responsible for reviewing and editing contractual documentation:

Contact person name & job title: Contact person address: Contact person telephone number: Contact person fax number: Contact person email address : FREIGHT: If you are proposing any freight costs, you must submit your freight quote and shipping details directly to Mike Palazzini at Megalogistics via email at [email protected] for review/approval before you submit your final bid response.

ORGANIZATIONAL CAPABILITY & STRUCTURE: Responses in this section must describe the proposer's background and experience. The responses must also address the details regarding the proposer's size and resources relevant to this RFP. To submit a responsive proposal, proposers shall:

General Proposer Information - Provide detailed information on its company including, but not limited to, the following:

Company name: Company address: Number of staff: Year the company was established: Number of years in business: Name of contact person:

Telephone number of contact person: Fax number of contact person: Email address of contact person: Proposer Qualifications - Describe how its experience meets the requirements of this RFP. Summary of Relevant Experience - List the projects completed within the last three (3) years with emphasis on activities relevant and related to the requirements specified in this RFP.

Organizational Chart - Provide an organizational chart showing the hierarchical structure of functions and positions within its organization.

Audited Financial Statements - Provide audited financial statements or equivalent information for each of the last three appropriate fiscal years (statements must be prepared by an independent Certified Public Accountant and reviewed or audited in accordance with Generally Accepted Accounting Principles). If proposer has been in business less than three years, the proposer shall include any financial statements prepared by a Certified Public Accountant and reviewed and audited in accordance with Generally Accepted Accounting Principles for the entire existence of such firm or corporation.

PROPOSER'S REFERENCES: To submit a responsive proposal, proposers shall provide three specific references for the proposer. References must be able to comment on the proposer’s capability to perform the services specified in this RFP. The contact person must be an individual familiar with the proposer and its day-to-day performance. If the proposer has been a State contractor within the last three years, the proposer must include a State of Connecticut reference. Proposers are strongly encouraged to call or write their references to ensure the accuracy of their contact information and their willingness and capability to be references. References must include:

Ref #1.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #1.) Name, title and email addressof a contact person: Ref #1.) Brief description of the services provided to referenced customer: Ref #1.) Initial service date: Ref #2.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #2.) Name, title and email addressof a contact person:

Ref #2.) Brief description of the services provided to referenced customer: Ref #2.) Initial service date: Ref #3.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #3.) Name, title and email addressof a contact person: Ref #3.) Brief description of the services provided to referenced customer: Ref #3.) Initial service date:

STAFFING PLAN: The resultant procurement advisory firm must notify UCHC in advance and in writing of the departure of any key personnel assigned to this project. Responses to this section must describe the proposer’s staffing plan. To submit a responsive proposal, proposers shall: Identify the personnel resources that will be assigned to the project. State the proportion of time that personnel will allocate to the project. Provide a job description for each title assigned to the identified personnel. Provide resumes for assigned staff reflecting their qualifications and work experience in the area of Commercial Brokerage and Consultant Advisory Services.

CONTRACT TRANSITION: At the end of the Contract term resulting from this RFP, UCHC may publish another RFP for same services. The awarded supplier of this RFP agrees to provide a smooth and orderly transition to any new Services provider (Successor) to ensure minimal disruption and to avoid any decline in service to UCHC. Respondent must be available and cooperative in any transition at the Contract close-out.

The Contractor represents, for itself and any Contractor Parties, that they are fully experienced and properly qualified to provide the Goods and/or Services, and that they are, and will continue to be during the Term, properly licensed, equipped, organized and financed, at its/their own expense. If the Contractor has a completed “Service Organization Control Report” (formerly known as a SAS 70 report), a copy of that report must be submitted to UCHC upon contract execution and, during the Term, upon UCHC’s request. At UCHC’s request, the Contractor shall deliver copies of any current license(s) and registration(s) relevant to this Contract. In addition, Contractor: 1) shall be responsible for the entire performance under the Contract, regardless of whether the Contractor itself performs; 2) shall be the sole point of contact concerning the management of the Contract, including performance and payment issues; and 3) shall be solely and completely responsible for adherence by the Contractor Parties to all applicable provisions of the Contract.