Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

J -- Maintenance Support VITAL Images Visualizationamd Image Analysis Software

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-618-07-RP-0011
 
Response Due
2/2/2007
 
Archive Date
4/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs Medical Center (VAMC), Minneapolis, MN, under the authority 41 U.S.C. 253(c)(1) and FAR 6.302-1, anticipates entering into a sole source procurement with Vital Images to provide full software maintenance support for the VITAL Images Visualization and Image Analysis Software. The government believes that VITAL Images is the only manufacturer that will satisfy the agency requirements. 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 and a written solicitation will not be issued. (ii) The solicitation number is VA-618-07-RP-0011 and the solicitation is issued as a Request For Proposal (RFP) (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is a Small Business set-aside under the associated North American Industry Classification System (NAICS) code is 334517 (size standards in number of employees is 500. (v) (vi) This requirement consists of five (5) line items: Full software maintenance support and initial diagnosis for hardware related to software for the VITAL Images Visualization and Image Analysis Software for one base year and four (4) option year renewals upon award Support includes but is not limited to: software corrections of fixes to errors, and enhancements, updates, and upgrades to the Vital Images products, remote diagnostic support, telephone support 7am through 7pm CT, Monday through Friday and interactive online training, for equipment located within the VA Midwest Healthcare Network 23. It is anticipated that a firm-fixed price contract will be awarded. It is anticipated that a firm fixed price contract will be awarded Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. (vii) This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-15. Applicable FAR clauses are incorporated by reference: 52.232-25 prompt payment; 52.243-1 Changes-Fixed Price (08/87); (viii) 52.212-1 Instructions to Offerers - commercial Items (01/04); (ix) 52.212-2, Evaluation - Commercial Items (01/99); (x) 52.212-3 Offerers Representations and Certifications - Commercial Items (01/04)- the contractor must return a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (03/04); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (10/03). Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (09/06), 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (05/04) (15 U.S.C. 637(d)(2) and (3)), 52.222-3 Convict Labor (06/03) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (02/99); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (09/06) (38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (12/04) (E.O. 13201), 52.225-13 Restrictions on Certain Foreign Purchases (02/06) ; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (05/99) (31 U.S.C. 3332), VAAR 852.219-70 Veteran-owned business; 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xvi) RESPONSES ARE DUE FRIDAY, FEBRUARY 2, 2007, by 3:30 p.m. central standard time (cst). Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. (xvii) Submit faxed quotation to - Ken Eshom, at (612) 467-2072 with signed original forwarded by mail to: Ken Eshom, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414.
 
Place of Performance
Address: VA Medical Center;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
Country: United States
 
Record
SN01221147-W 20070131/070129220343 (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.