Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2007 FBO #2058
SOLICITATION NOTICE

65 -- iLab Cart Intravascular Ultrasound Imaging System,Part Number H749iLab120CARTBRAND NAME OR EQUAL

Notice Date
7/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC;90-C;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA-245-07-RQ-0081
 
Response Due
7/31/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
N/A
 
Description
The Department of Veteran Affair, Maryland Health Care System (VAMHCS) Baltimore, MD is a full service Veterans Medical Faculty. The VAMHCS maintains and operates a Catheterization Laboratory (Cath Lab) for examination of vascular and cardiac anatomies. The Cath Lab conducts ultrasound examinations of intravascular pathology for patients who are candidates for transluminal interventional procedures like angioplasty and atherectomy. The VAMHCS plans to purchase one iLab Cart Intravascular Ultrasound Imaging System, Part Number H749iLab120CART, also listed as iLab 120INS or iLAB120CART, made by Boston Scientific, as a Brand Name or Equal procurement. FAR Clause 52.211-6, Brand Name or Equal (AUG 1999) and VAAR Clause 852.211-77, Brand Name or Equal (NOV 1984) both apply and are incorporated by reference. Accessory support equipment must include one 19 inch display monitor, black and white printer, data entry touch panel, archiving PC and power transformer, tableside controller, and motor drive unit connected to the cart as well as all supplies necessary to run the system for a one year period. This unit is replacing a HP Model M2400A. The contract will be firm-fixed price. The anticipated award date is August 2007. This action is a full and open competition and is unrestricted as to business size. The NAICS code for this action is 334510; the SIC code is 3841. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This action is issued as a request for proposal (RFP). The solicitation number is VA-245-07-RQ-0081. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. This contract will be made under the test procedures for the procurement of commercial items under the authority of FAR 13.5. The Intravascular Ultrasound Imaging System must have the following salient characteristics and capabilities: Must be able to be fully operational in a sterile field; must provide full real-time cross-sectional IVUS images; must be able to measure lesions and determine vessel and lumen borders and provide plaque burden and percent area stenosis measurements; must have an IVUS display monitor, must have a controller that provides sterile filed control of IVUS measurements and playback of IVUS runs; must have a PC (Windows XP OS preferred) with monitor and digital archiving capacities. The acceptance and FOB point is Destination. Delivery shall be made to VA Maryland Health Care System, 10 N. Greene St., Baltimore, MD 21201. Final acceptance of this system will be made only after unit is assembled (in the Cath Lab), tested, and found compliant by the Government end user. Offerors are to propose a firm price for the delivered and installed system at VAMHCS, Baltimore, MD. Price is to include all costs and supplies as well as training for personnel after installation and acceptance. Guarantee/warranty period is 1 year from date of Government acceptance. Separate prices may be provided for maintenance and supplies after the warranty period expires. Evaluation Criteria: Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Price; Technical description of the system offered (or the brand named item description) to meet the Government's requirements to include a detailed side by side comparisons of the salient characteristics and other performance characteristics of the proposed or equal alternative (see FAR 52.211-6 for more information); Past Performance, and Delivery Schedule, in descending order of importance. Technical characteristics and past performance, when combined, are equal in importance, when compared to price, but given equal items, price will become a significantly more important factor. Delivery schedules are important to the Government and will be evaluated separately, but will be given a much lower importance than price or technical and past performance. The Government will award a contract to the offeror whose offer conforms to the identified brand name or any valid alternative equal equipment as outlined herein and that will result in a contract most advantageous to the Government, price and other factors considered. The technical evaluation will be a determination of the offerors ability to deliver a complete Intravascular Ultrasound system that meets the stated specifications and shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the product(s) or system meets the technical requirements. Past performance will be evaluated based on information provided by the offeror as to actual sales of the similar products to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors products and ability of the offeror to meet delivery schedules. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal will result in your proposal being made non responsive. The Government reserves the right to make an award without discussions. Offerors shall comply with the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2006) and must ensure that its information on the ORCA website is valid and updated. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items (JUN 2007), applies to this acquisition. The following additional FAR/VAAR clauses cited in this clause are applicable: VAAR 852.211-70 Service Data Manual (NOV 1984); VAAR 852.211-71, Guarantee [one year] (NOV 1984); FAR 52.203-6, Restriction on Subcontractor Sales to the Government, ALT I (SEP 2006); FAR 52.219.8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (SEP 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2006); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. Proposals are due at 1600 EST, July 31, 2007, via email to greg.davies@va.gov. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. The Contracting POC for this solicitation is Mr. Greg Davies, telephone 410-605-7163/email greg.davies@va.gov. The mailing address for the contracting officer is Department of Veteran Affairs, 10 N. Greene St., Contracting, 90-C, Baltimore, MD 21201.
 
Place of Performance
Address: 10 N GREENE ST;90-C;BALTIMORE, MD
Zip Code: 21201
Country: US
 
Record
SN01342718-W 20070716/070714220318 (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.