Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

65 -- Intent to Sole Source for GAITRite portable walkway

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Lindsay Babbitt;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-618-07-RQ-0019
 
Response Due
3/13/2007
 
Archive Date
4/12/2007
 
Description
It is the intent of the Department of Veterans Affairs Medical Center (VAMC), Minneapolis to negotiate a sole source procurement with Clinical Image Retrieval Systems (CIR) for a GAITRite Portable Gait System including 32 ft portable gait system with Dell laptop computer and software. The government believes that CIR is the only manufacturer that will satisfy the agency requirements. This is a COMBINED SYNOPSI/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. (ii) The solicitation number is VA-618-07-RQ-0019; (iii) the provisions and clauses incorporated into this solicitation document are the same force and effect as if they were given in full text. The full text of the 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) the NAICS Code for this requirement is 334510 and the business size standard is 500; (v) N/A; (vi) the VAMC believes that CIR is the only company that can provide the following salient characteristics: (1) supplies a truly portable electronic walkway with the use of a roll-up carpet, 1/8 inch thick, containing approximately 16,000 sensors in the 32 foot model; (2) can be laid over any flat surface; (3) requires minimal setup and test time; (4) does not require any placement of any device on the patient; (5) does not require any internal A-D board to be installed in the computer and communicates with the serial/com port of a computer; (6) can be installed on an infinite number of computers, allowing for the ultimate in flexibility in both testing and analysis; (7) has its own patient database, allowing for seamless storage and retrieval of patient information; (8) offers a peer-reviewed scientific literature normal values database, a user defined normal values database and comparisons to either of the normal values. 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 Offerors - commercial Items (01/04); (ix) 52.212-2, Evaluation - Commercial Items (01/99); (x) 52.212-3 Offerors 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 Tuesday, March 13, 2007 by 3:30 p.m. central standard time (cst). Any firm that believes it can meet these requirements must provide clear and convincing evidence that they can meet these requirements, and must provide supporting documentation to illustrate their qualifications/capabilities to provide a product with the above salient characteristics. Supporting documentation must be in sufficient detail to demonstrate the ability to comply with the above requirements and must include technical data and pricing. Such responses received will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. If no responses are received, the VAMC will proceed with a sole source negotiation with CIR; (xvii) Submit faxed quotations to - Lindsay Babbitt, at (612) 467-2072 with signed original forwarded by mail to: Lindsay Babbitt, 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
SN01244517-W 20070308/070306220445 (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.