Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
MODIFICATION

65--65 -- MRI Contrast Delivery System-power injector

Notice Date
5/17/2005
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-053-05
 
Response Due
5/27/2005
 
Archive Date
6/26/2005
 
Small Business Set-Aside
N/A
 
Description
The Louis Stokes Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Road, Brecksville, Ohio 44141 is seeking offerors for a MRI Contrast Delivery System, e.g. MRI power injector. Specifically we are seeking to procure one (1) MRI injector for each of our four (4) new MRI locations in the Veterans Integrated Service Network (VISN) 10. City locations are: Cleveland VAMC, 10701 East Blvd, Cleveland, Ohio 44106; Dayton VAMC, 4100 West Third St. Dayton, Ohio 45428; Cincinnati VAMC, 3200 Vine Street Cincinnati, Ohio 45200 and Columbus CBOC, 543 Tyler Ave Columbus, Ohio 43203/Chillicothe CBOC, 1273 State Route 104 Chillicothe, Ohio 45601 (this one is a mobile MRI shared by both sites). The VAMC requirements shall provide the Medical Centers with power injector equipment, which will be used with either 1.5 tesla MRI unit or a 3.0 tesla MRI unit. Requirements include the following: a. Non-ferrous powerhead b. Interface easily with GE or Philips Medical Systems equipment. This solicitation Number is RFQ 541-053-05. Quotations are due on May 27, 2005 by COB, 4:30 pm EST., by mail only. Quotations should include FOB destination pricing, any necessary training and all necessary components to operate the injector. This contract will be a Firm Fixed-Price contract. 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 and FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-25. This Solicitation will be full and open competition. The associated North American Industry Classification System (NAICS) code 421450. The small business size standard is $100 million dollars. The following Federal Acquisition Regulations (FAR) clauses and provisions may be reviewed in full text at http://www.arnet.gov/far. EVALUATION FACTORS FOR AWARD: FAR 52.212-2 Evaluation-Commercial Terms (JAN 1999) (a) The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance (if listed prior to a another factor, it is more important) as follows: Technical Aspects of Device such as visibility of injection parameters, system power options, and capabilities of unit; Past Performance; Warranty; and Delivery Terms. Price will also be evaluated, price is approximately equal in importance to the combined technical factors. Price will be evaluated by comparing the acquisition and lifecycle costs, to include the costs of consumables, between the competitors. EVALUATION CRITERIA: (1) TECHNICAL CAPABILITY (5 copies of documentation required), The Offeror shall provide a copy of the company literature that explains their procedures, structure, service capabilities, and unit description in detail. (2) PAST PERFORMANCE (5 copies of documentation required): The Offeror shall provide a listing of all contracts performed within the past three years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following: (a) Customer (Government or Commercial) point of contact to include name, address, and telephone number, fax number and e-mail address for each contact. (3) WARRANTY, (4) DELIVERY TERMS, (5) PRICE and PRICE RELATED factors. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items will apply to the solicitation, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer). 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items will apply to the solicitation which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52.222-41, 52.222-42. The Government expects its selection of the contractor to be based on best value. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3, Offerors Representations and Certifications-Commercial Items. Offeror shall submit technical questions regarding this solicitation to the Contracting Officer in writing, no later than May 18, 2005. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Mark.Rebholz@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. All Contractors are required to register in the Central Contractor Registration (CCR) database prior to being awarded a contract. Contractors are responsible for the accuracy of information added to CCR. To register go to http://www.ccr.gov/. Invoices shall be submitted in accordance with Federal Regulation 52.212-4 (g) and shall be submitted to Financial Management Systems (FMS), PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. The VA may request to see a demo at no cost to the government of any proposed machine.
 
Web Link
RFQ 541-053-05
(http://www.bos.oamm.va.gov/solicitation?number=541-053-05)
 
Place of Performance
Address: Louis Stokes Cleveland VAMC, Cleveland, Ohio
Zip Code: 44106
Country: United States
 
Record
SN00809405-W 20050519/050517212035 (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.