Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

65 -- SONULTRA W/AHLTA INTEGRATION

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V3047-1719
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a Sole Source requirement in accordance with (IAW) 6.301-1, Only One Responsible Source to Sonultra Corporation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-V3047-1719 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Kimberly Hannan. The North American Industry Classification System (NAICS) number is 541511 and the business size standard is $23.0. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is 100% set aside for small business. This requirement is manufacturer by Sonultra Corporation. Listed below are the required line items for this solicitation: 0001 Image Advantage Integration - Integration w/ facilities existing PACS -Accession number synchronization from one MWL broker -Ability to synchronize reports and images on screen -Reports reside on PACS as image (DICOM store reports) -Multi monitor configuration available -Co-exist on same CPU and share monitors -Import images into reports (PACS dependent) -Store to one PACS server -Requires technical review with PACS provider -Do not include charges by PACS provider -Add'l locations on WAN extra -One year support & upgrade on amy changes to PACS/MWL MFR: Sonultra Corporation MFR P/N: Image-Link 1 EA ________________ _______________ 0002 HIS/RIS Report Distribution & Archive -Storing report on hospital HIS/RIS solution (Cerner, AHLTA, Siemens, etc..) -ADT uni-direction outbound or inbound only -One year software support and upgrades -Does not include third party charges or other non specific -Fee is server based MFR: Sonultra Corporation MFR P/N: U64-HIS Interface 1 EA ________________ _______________ 0003 Server Data Caplet -Server accepts downloads from multiple scanners -Multi-user workflow enhancer -Requires scanner connectivity charges -Data migration included with on-site installation MFR: Sonultra Corporation MFR P/N: DATA-CAP 10 EA ________________ _______________ 0004 High Risk and Research Upgrade -Expanded fetal echocardiography package -Pulsed Doppler module -Fax electronically signed reports from program -Perinatal consult module (MS word, XP required) -Genetic sonogram upgrade -Customized research and expansion module MFR: Sonultra Corportion MFR P/N: 64-HighRisk EA ________________ _______________ 0005 ULTRA 64 Expert Reporting Software -Five year unlimited study license -Customizable OB & GYN report formats -Includes one ULTRA workstation license -Sonostat statistical search engine -Patient education reporting module -One year software upgrade -One year software support -License/studies extended with support & upgrade agreement -Upgradeable to MFM, high risk module -Upgradeable to image advantage system -Edit, review and print functions -HIPAA toolkit, single station, including: -electronic signature enabled -secure patient report and access logs -biometric recognition device (extra) -platypus, real time integrated knowledge base -descriptions and stills on 370+ anomalies -Multi functional search options - MFR: Sonultra Corporation MFR P/N: 64-EXP EA ________________ _______________ 0006 ULTRA 64 Reporting Workstation Software -License runs concurrent with reporting module -Fully customizable OB & GYN report formats -Sonostat statistical search engine -Patient ED reports (requires MS word, 00/03/XP) -One year software upgrade -One year software support -License/studies with support & upgrade agreement -Upgradeable to MFM, high risk module -Upgradeable to image advantage system -Edit, review and print functions -HIPAA toolkit, single station including -electronic signature enables -secure patient report and access logs -biometric recognition device (extra) -platypus, real time integrated knowledge base -descriptions and stills on 370+ anomalies -multi functional search options MFR: Sonultra Corporation MFR P/N: ULTRA 64-RWS EA ________________ _______________ 0007 Data Connection to Scanner -Downloads data from scanner to PC -Scanner protocol configuration -Includes cables and adaptors -1 year cable replacement warranty MFR: Sonultra Corporation MFR P/N: C-COM-LINK64/32 EA ________________ _______________ 0008 Professional Services and Training Workflow consulting/project management-sonultra's professional services team of technologies, engineers and IT professionals work synchronously with organization to plan and implement solution. Analyze workflow and work with user to implement systems that best fits their needs. Site preparation and project management includes review,analysis and evaluation of scanners and systems ability to communicate with one another. Evaluate hardware and networks to avoid technical "surprises" prior to implementation. An implementation plan that includes I-Reach & Sonultra server installation, installation of workstations, on-site training for technologists, physicians and IT personnel to improve productivity and maximize the value of investment Support & upgrades - implementation documents. Improves products through upgrades, averaging three upgrades/year. Up to four Webex presentations for preliminary training and developing clinical protocols Two or three days on site training and review immediately prior to and during going live MFR: Sonultra Corporation MFR P/N: ProServ 10 EA ________________ _______________ FOB destination delivery date of 30 June 2007 to 59th MDW/MSLE, 2200 Bergquist Drive, Suite 1, Lackland AFB TX 78236-5300. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. 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. 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, 7, 14,16,17, 23, 24, 26, and 32. 52.233-2, Service of Protest. 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. 52.233-1, Disputes; 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; 52.233-1, Disputes, 52-233-2 Service of Protest. 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; 852.233-70, Protest Content; 852.233-71, Alternate Protest Procedures; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Kimberly Hannan, no later than 4:00 P.M. eastern daylight time on 31 May 2007. Contact Kimberly Hannan, Purchasing Agent, at 301-619-7551 or FAX 301-619-3613. Laura Charles, Contracting Officer 301-619-8074.
 
Place of Performance
Address: 59TH MDW/MSLE;220 BERQUIST DRIVE;SUITE 1;LACKLAND AFB, TX 78236-5300
Zip Code: 78236-5300
Country: USA
 
Record
SN01298112-W 20070520/070518220642 (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.