Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

65 -- Prosthetic CAD/CAM software and equipment

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-06-RQ-0138
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Description
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. Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The Department of Veterans Affairs Medical Center, Prosthetics Dept, 1 Jefferson Barracks Drive, St. Louis, MO 63125 has a requirement for the following item(s): CAD/CAM (Computer-Aided Design/ Computer-Aided Manufacturing) technology to be used to produce, modify and fabricate models from which orthoses and prosthetic sockets are produced. Measurements can be scanned in by laser, hand-held wand or other 3D scanning devices. This allows the prosthetist-orthotist to design and modify the device using 3D computer model. A physical model is carved by the automated carver, and check socket vacuum-formed using the thermoformer. ITEM 1: 3D Limb Scanner and Automated Fabrication System, which includes 3-D Shape Acquisition - a scanner that accurately captures the true surface of the residual limb rapidly, in detail and with great accuracy. A portable system capable of scanning any orthotic and prosthetic device, upper and lower extremity, including but not limited to: AE,BE, AK, BK, TH, TK, TLSO, KAFO, AFO, Custom molded shoes, Foot orthotics, burn masks, custom wheelchair seating and breast prosthesis. Shape manipulation/modification software. Preferred features: More than one capture method to acquire shapes, Ability to digitize casts, positive and negative molds and existing sockets, Displays real time image of object being scanned, Integrated scan acquisition and modification ability to export digitized files into multiple formats including AAOP, Ability to scan any body segment. Quantity: 1 Each - UNIT PRICE _______. ITEM 2: Prosthetic Socket Thermoformer, which includes prosthetic-only thermoformer which uses injection-molded thermoplastic cones or injection-molded thermoplastic cones and sheet plastic, Fully automatic. Preferred features: time-dependent, menu-stored time and temperature parameters, accessible sub-assemblies and accessories. Quantity: 1 Each - UNIT PRICE _______. ITEM 3: Prosthetic Carver, which must be fully compatible with proposed prosthetic CAD/CAM system., Fully computer controlled, operating independently of workstation, and network compatible. Preferred features: integrated patient labeling system, interchangeable tooling, Plunge and cut capable, Adjustable height router guides, Negative drafts below trim lines, Plug tooling for precise re-milling of models. Safety features: Enclosed workspace and Auto door lock. Quantity: 1 Each - UNIT PRICE _______. Delivery shall be FOB DESTINATION to the Department of Veterans Affairs Medical Center, Prosthetics Dept, 1 Jefferson Barracks Drive, St. Louis, MO 63125. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract, or contracts, resulting from this solicitation to the responsible offeror(s) based on Best Value, price and other factors considered. Multiple awards may be awarded from this solicitation. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 1,3,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., large business, small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the Department of Veterans Affairs, VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048. Attn.: Anna Weishaar, Contracting Officer, no later than 4:00 P.M. Central daylight time on September 20, 2006. You may contact Anna Weishaar, Contract Specialist at anna.weishaar@med.va.gov or FAX 913-758-6495, or phone 913-758-6468.
 
Place of Performance
Address: Dept of Veterans Affairs;1 Jefferson Barracks;St Louis MO
Zip Code: 63125
Country: USA
 
Record
SN01144964-W 20060917/060915220703 (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  © 1994-2020, Loren Data Corp.