Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

65 -- Rhinolaryngeal Stroboscope

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-06-RQ-0049
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 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. VA Rocky Mountain Network VISN 19 Contracting intends to negotiate a commercial item (FAR Part 12) contract to purchase, for Eastern Colorado Health Care System, Denver Facility, 1055 Clermont Street, Denver, CO 80220: Kaypentax 9100B Rhinolaryngeal Stroboscope and assorted accessories. The following is a listing of all the items being solicited and their individual attributes: A. 9100B Rhinolaryngeal Stroboscope. The light source for endoscopy and stroboscopy includes: halogen (constant) and xenon (flash) light sources, laryngeal and audio microscopes, pitch triggering by laryngeal microphone or EGG input, digital display of pitch, phase, and amplitude measurements, four modes of operation (slow, fast, locked and manual), interface to computer for pitch, amplitude and phase information, foot switch and pedal for remote control of instrument functions and isolation transformer (maintains line leakage to current levels less than 50 micro amps) B. 9106 Rigid Endoscope. Rigid telescopic laryngeal endoscope (70-degree forward angle with integrated fiber optic cable) with a 10 mm diameter. C. 9212 Camera, 3-CCD. Camera with three ½ inch CCD sensors with DSP, S-Video, variable AGC, 700-line resolution, computer-controllable and C-mount NTSC format. D. 9118 22-37 MM Zoom Lens Coupler. Adjustable focal length (22-37 mm) lens with eyepiece adapter. Suitable for all scopes. E. 9200C Digital Video Capture Module. Digital video recording system with all hardware and software for recording examinations and interfacing to camera, light source and printer. F. 9264C Color Printer. Color ink-jet printer (digital) which uses 8-1/2" X 11" paper and 4" X 6" high-gloss photography paper. Suitable for reports and image printing. Two paper trays. G. 6103 Electroglottograph. A portable electroglottograph (EGG) for investigating the vibratory characteristics of the vocal folds. Characteristics of vocal fold contact (i.e., pressed versus breathy) can be observed in real time as biofeedback or recorded for analysis. H. 9271 Cart. Portable custom-designed carT (14-gauge steel) for Kay systems. Includes shelves and racks for all components with 5" diameter casters. I. Shipping and factory authorized set-up and training on system. BID ON BRAND NAME OR EQUAL, if bidding on an equal, offeror must note that the item is an equal. If bidding on an equal item, offeror must submit full descriptive literature and be prepared to demonstrate their system at the VA in Denver September 19, 2006. SHIPPING/DELIVERY/UNLOADING & INSTALLATION PACKAGE (to be included in quoted price) Freight to job site Disassembly, removal and discarding of old Alcon Legacy System Uncrating and Setting new Unit in Place Delivery and installation must be done on or before the end of November, 2006. Standard warranty. FOB destination. Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. Clauses & Provisions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar852.htm Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses & Provisions: 52.212-1: Instructions to Offerors - Commercial Items (JAN 2006); 52.212-3: Offeror Representations and Certifications - Commercial Items (JUN 2006); 52.212-4: Contract Terms and Conditions - Commercial Items (SEP 2005); 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (AUG 2006) [(b)(14), (15), (16), (17), (18), (19), (20), (24)(i), (26), and (32)]; 52.233-1: Disputes (JUL 2002); 52.233-2: Service of Protest (AUG 1996): [Rocky Mountain Network VISN 19 Contracting, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246]. ADDENDUM to FAR 52.212-1 Instructions to Offerors -Commercial Items - Sub-Part 13.5 Test Program: This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. Incorporated herein are the following VA Acquisition Regulation (VAAR) Clauses & Provisions: 852.211-70: Service Data Manual (NOV 1984). The contractor agrees to furnish two copies of a manual, handbook or brochure containing operating, installation, and maintenance instructions (including pictures or illustrations, schematics, and complete repair/test guides as necessary).   Where applicable, it will include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. 852.211-71: Guarantee (NOV 1984). The contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 852.211-77: Brand Name or Equal (NOV 1984) . (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.   Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in his bid that he is offering an "equal" product, his bid shall be considered as offering a brand name product referenced in the invitation for bids. (c) (1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the Invitation or Bids, or such product shall be otherwise clearly identified in the bid.   The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity.   CAUTION TO BIDDERS.   The purchasing activity is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the purchasing activity.   Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine wheth er the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award.   The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. 852.270-4: Commercial Advertising (NOV 1984). The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. Instructions, Conditions and Notices to Offerors - Offeror shall provide (1) specifications for equipment offered; (2) a quotation for offered equipment, in the form of Unit Price and Extended Price for number of units specified in paragraph 2 above; and (3) all information in accordance with the format specified in FAR 52.212-1, "Instructions to Offerors - Commercial Items" paragraph "b", and FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items" prior to the time specified in paragraph 5 below in order to be considered for award. Address offers to: Brenda S. Birks, Contracting Officer, Rocky Mountain Network VISN 19, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246. Quotations are due by 4:00 p.m. Mountain time on September 15, 2006. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Payment shall be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Brenda S. Birks at (303) 504-2693 regarding this solicitation.
 
Place of Performance
Address: VA Eastern Colorado Health Care System;Denver Facility;1055 Clermont Street;Denver, CO
Zip Code: 80220
Country: USA
 
Record
SN01132626-W 20060903/060901220821 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.