Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

65 -- combined synopsis for heartwave

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0143
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested. Solicitation Number VA-250-07-RQ-0143 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This requirement is a 100% small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 334510 Electromedical and Electrotherapeuitc Apparatus Manufacturing; Size Standard 500 employees.DESCRIPTION: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, Ohio 44106, (hereafter known as the VAMC), is seeking a Cambridge Heartwave II with Laser Printer; brand name or equal is acceptable. This is a testing platform which simplifies hospital and office-based sudden cardiac death risk stratification. This system offers expanded versatility as it can be configured to perform Microvolt T-wave Alternans (MTWA) and/or standard stress testing. The VAMC is requesting one Cambridge Heartwave II (brand name or equal) in quantity. This will be a one-time procurement. REQUIREMENTS: (1) The system shall be capable of testing sudden cardiac death risk. (2) The interpretation of patient reports shall be computer generated and compatible with Windows XP operating system. (3) The system must provide a LCD display with a Laser printer (4) The ECG monitoring shall provide software and (5) the system must be compatible with most treadmills. PRICING AND LINE ITEMS: This contract is a one-time procurement. Refer to the various option clauses for details. Offerors shall thoroughly review the seven requirements listed above and provide pricing for the system. Quotes with additional pricing and features will be considered, provided the minimum requirements of the Government have been met. The contractor shall provide a description of the system and its components along with pricing information. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, training, and local taxes). Based upon VAMC requirements the contract may be modified to add additional components as needed.PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. The technical elements are significantly greater than the price element. (1) Technical: (a) Quality of system; (b) overall features of systems. (2) Past performance: please include three references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. (3) Price: Quote for each line item; including but not limited to: cost of system, and cost of installation. (4) Warranty: Indicate terms; (5) Shipping: 30 Days FOB Destination is requested, the government will arrange for a third party carrier if the estimated shipping cost is in excess of $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran? owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Submit written offers only, oral offers will not be accepted. 52.211-6, Brand Name or Equal applies to this acquisition. 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. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.233-3, VAAR clause 852.270-4 Commercial Advertising applies to this acquisition . 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-?36,52.222-37,52.225-13 ,52.232-34. 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&mmlvarr/. All questions must be submitted to Antoinette Collins (Antoinette.Collins@va.gov) in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Question submitted after September 3, 2007 that may affect the competitive process and cannot be addressed. Quotes are due no later than COB, 4:30 p.m. EST September 4, 2007. Quotes can be sent by email Antoinette.Collins@va.gov or fax to 440-838-6052. 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 http://www.ccr.go
 
Web Link
homepage
(http://vaww.cleveland.med.va.gov/)
 
Place of Performance
Address: 10000 Brecksville Road;Brecksville, Ohio
Zip Code: 44141
Country: USA
 
Record
SN01387410-W 20070830/070828220738 (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.