Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

65 -- Electroanatomical Mapping System

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (662/90C), 415= 0 Clement Street, San Francisco, California 94121
 
ZIP Code
94121
 
Solicitation Number
261-0297-02
 
Point of Contact
Point of Contact - Raphelle Longrie, Contract Specialist, (415) 75= 0-6644, Contracting Officer - Raphelle Longrie, Contract Specialist, (415) = 750-6644
 
E-Mail Address
Email your questions to Raphelle Longrie
(raphelle.longrie2@med.va.gov)
 
Description
The Sierra Pacific Network Consolidated Contracting Activity (CCA) is issuing a Commercial Item Request for Quotation (RFQ) for purchase and installation of one Boston Scientific RPM (Real Time Position Management)System Version 4.1. Catheter Navigation, full EP recording and advance mapping system or equal for the VA Medical Center, 4150 Clement St., San Francisco CA 94121,a Department of Veterans Affairs facility within the Veterans Integrated Service Network (VISN 21. The system shall consist of the following items: AMS4 Computer; RPM2 Peripherals; SAM 3; PAM, Monitor, Color, 21=94, AMS4; Printer, Color; System Cart RPM2; Printer Cart; 48 inch Small Shelf; Remote Display AMS4; Clinical review Station Monitor; Keyboard and CPU. System must be capable of: 1) electro anatomical mapping of endocardiac electrical activities to assist in identifying the mechanism of cardiac arrhythmias and to pinpoint the location of arrhythmia foci; 2) numerical reconstruction of three-dimensional activation map superimposed on actual heart chamber geometry; 3) ability to function as a standard stand-alone multi-channel electro physiology recording system; 4) real time 3D display and tacking of diagnostic/ablation catheter positions; 5) in-house technical support during performance of endocardial mapping. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with the commercial item procedures of FAR Part 12. The NAICS is 339112. VISN 21 CCA intends to solicit quotations and purchase the following items: Quotations shall be submitted on an all-or-none basis. Partial quotations shall be rejected. Quotations shall be valid 60 days from offer due date. Prices are F.O. B. Destination. All responses shall be for specified manufacturer/brand name or equal. Quotations shall include the following: 1) descriptive literature and product number for item offered; 2) Separate unit cost of each item; 3) evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three years, references with points of contacts for contracts must be identified. 4) Delivery/Installation time. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.211-6 Brand Name or Equal; 852.211-77 Brand Name or Equal; 52.232.18 Availability of Funds; 52.247-34 F.O.B. Destination; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (3)(5)(8)(11-16)(18)(24). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offeror shall submit evidence of compliance with FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. Public Law (P.L.) 105-339, Section 1354. This report can be filed on-line at: http://vets100.cudenver.edu/. Offerors may obtain copies of the referenced provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or by sending a fax request with the offeror=92s e-mail address to the contracting officer at (415) 750-2170. Quotations must be received by February 11, 2002 3:00PM local time. Quotations may be submitted in hard copy to: Raphelle J. Longrie (90/CCA) VA Medical Center, 4150 Clement St., Bldg. 6, 1st Floor, Room 102, San Francisco CA 94121 OR via fax to the contracting officer at the number shown above. Web based offers will not be accepted.
 
Web Link
RFQ 261-0297-02
(http://www.bos.oamm.va.gov/solicitation?number=3D261-0297-02)
 
Record
SN00167671-W 20020918/020916213328 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.