Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

59 -- SPD Surgical Tracking System

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-06-RP-0119
 
Response Due
9/25/2006
 
Archive Date
10/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation VA-541-06-RP-0119 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-09. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code(s) are 511210 with a Business Size Standard of $23.0 million per annum and 541511 with a Business Size Standard of $23 million. The Veterans Affairs, VA medical center, Cleveland, intends to solicit and award a contract to provide a surgical instruments and surgical equipment (commercial off the shelf software, PC hardware and bar-code scanner) tracking system. The ideal computerized system will provide a most efficient and effective means to track surgical instruments and surgical equipment through the phases of decontamination, sterilization, clean/sterile storage, and distribution located at the Louis Stokes VA Medical Center Cleveland, 10701 East Blvd, Cleveland, OH 44106. Award will be made using Best Value considerations with technical capability and price being considered greater than past performance. Statement of Work: The requirements of the vendor include: Providing a computerized system/component hardware parts that has the capability to track surgical instruments and surgical equipment through the phases of decontamination, sterilization, clean/sterile storage, surgery and distribution Computerized Tracking System/Component Parts must be brand name or equal to Censitrac and/or Paragon Data Systems and have the capability to track surgical instruments and surgical equipment through the phases of decontamination, sterilization, clean/sterile storage, surgery and distribution. Salient characteristics of the tracking system include but are not limited to: Complete software/hardware package, (Software/hardware package must be commercial/off-shelf with no further design or development efforts required.) Barcode System (Barcodes should placed/etched on each surgical instrument and surgical equipment by vendor prior to usage by the LSVAMC.) Barcodes must withstand decontamination, sterilization, clean/sterile storage and distribution of surgical supplies and surgical equipment. Barcodes must continue to be readable and must remain on surgical instrument throughout its useful life Tracking system must have the ability to be placed at possible multiple sites within the facility (Vendor shall provide pricing on 3 required tracking system work stations and 2 optional work stations) Tracking system must have the ability to be used by multiple designated persons with unique logon IDs and passwords at the discretion of the Chief of AMMS Tracking system must have the ability to recognize which surgical instruments belongs with their respective cases/trays and alert user of the determination Vendor must provide all necessary installation of the tracking system, including but not limited to placing/etching barcode upon surgical supplies and surgical equipment as well as any hardware or software associated with the system. Vendor shall provide training to Louis Stokes VA Medical Center staff on the proper use of the tracking system and it's component parts 52.2122 EVALUATIONCOMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Importance of Evaluation Factors in Descending Order: Technical Price Past Performance *Technical merit and price will be considered more important than past performance. Technical: Providing a computerized system/component parts that has the capability to track surgical instruments and surgical equipment through the phases of decontamination, sterilization, clean/sterile storage and distribution Providing Computerized Tracking System/Component Parts that must be brand name or equal to Censitrac and Paragon Data Systems, Inc., and have the capability to track surgical instruments and surgical equipment on a per instrument and per tray level at each phase of decontamination, sterilization, clean/sterile storage and distribution Salient characteristics of the tracking system include but are not limited to: Complete software/hardware package Barcode System (Barcodes should placed/etched on surgical supplies and surgical equipment by vendor prior to usage by the LSVAMC.) Barcodes must withstand decontamination, sterilization, clean/sterile storage and distribution of surgical supplies and surgical equipment. Tracking system must have the ability to be placed at possible multiple sites within the facility Tracking system must have the ability to be used my multiple designated persons at the discretion of the Chief of AMMS Vendor must provide all necessary installation of the tracking system, including but not limited to placing/etching barcode upon surgical supplies and surgical equipment as well as any hardware or software associated with the system. Vendor shall provide training to Louis Stokes VA Medical Center staff on the proper use of the tracking system and it's component parts Price: Offeror shall provide separate pricing for the following line items: The Software/PC hardware components of the tracking system Training Installation Pricing for three (3) required tracking system workstations and two (2) optional workstations Placing/etching barcodes on each surgical instrument and surgical equipment. Past Performance: Provide references for three facilities that your company has performed work. Consideration will be given to those whose past performance is with the Veterans Health Administration. NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 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, applies to this acquisition, 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 Statues or Executive Orders-Commercial Items, applies to this acquisition 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 preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. 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 all technical questions regarding this solicitation to the Contracting Officer in writing, no later than September 20, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@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. Proposals are due no later than COB, 12:00 pm., local time, September 25, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10000 Brecksville Rd.;Brecksville, OH
Zip Code: 44141
Country: US
 
Record
SN01146712-W 20060920/060918220329 (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.