Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

65 -- INTRAVASCULAR ULTRASOUND IMAGING SYSTEM

Notice Date
2/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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-263-08-RQ-0141
 
Archive Date
3/15/2008
 
Point of Contact
Linda Kelly Contract Specialist 612-4672183
 
E-Mail Address
Email your questions to Contract Specialist
(linda.kelly2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a COMBINED SYNOPSIS/SOLICITATION for contractor to provide two each Intravascular Ultrasound (IVUS) Imaging System for the Cardiac Cath Lab at U.S. Department of Veterans Affairs Medical Center (VAMC) Minneapolis, Minnesota. These items are commercial items, and this synopsis/solicitation is prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued. A separate Request for Quotations document WILL NOT be issued. Contractor is requested to submit proposal on company letterhead or company bid form and all proposals submitted shall address all requirements listed below in this combined synopsis. (ii) The referenced solicitation number is VA-263-08-RQ-0141 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) 23. 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) North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing (small business size standard is 500 employees) applies to this solicitation. (v) This requirement consists of: 1) Two Each Intravascular Ultrasound Imaging Systems to include: 19" Display Monitors; tableside controllers and motor drive units, power transformers, black & white printers, data entry touch panels, acquisition and archiving PCs, and complete installation of each system within VAMC Cardiac Cath Lab procedures rooms. 2) On-site dedicated training program for physician proctoring. 3) Off-site training for one VA Biomedical Instrumentation Engineering 4) System provided shall include a one year warranty on all parts and labor. 5) Contractor shall provide a listing of power and utilities requirements for equipment proposed (e.g. VAC, HZ, Amps, single phase, etc.) (vi) The Intravascular Ultrasound Imaging Systems will be used for use by the clinicians in the Cardiac Cath Lab to see inside the coronary arteries to determine the amount of atheromatous plaque built up at any particular point in the epicardial coronary artery and to accurately visualize the atheroma. The IVUS will be used to determine both plaque volume within the wall of the artery and/or the degree of stenosis of the artery lumen in order to accurately interpret complex and diagnose complex cases to aid in determining appropriate application of clinical treatment. (vii) Delivery shall be FOB Destination unless otherwise stated. If delivery is FOB origin, contractor shall provide FOB Shipping point and estimated cost. Delivery and installation shall occur within 90 days of receipt of order. Delivery shall be made to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 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, 52.219-8 Utilization of Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act ??? Free Trade Agreements ??? Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer ??? Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Contractors 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 products and services must submit in writing their qualifications and capabilities information including technical data and pricing 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. RESPONSES ARE DUE THURSDAY, FEBRUARY 28, 2008, by 3:30 p.m. central standard time. (xvii) Submit faxed quotation to Linda Kelly at fax number 612-467-2072 with signed original forwarded by mail to: Linda Kelly, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 141, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail (email: linda.kelly2@va.gov) may be used to submit quotations provided there is a scanned electronic signature. Faxed and electronic mail is submitted at the contractor???s own risk. Large pdf files may not be transmittable as VA Servers may not accept files over 2.5 MB. Contact Linda Kelly at 612-467-2183 for more information regarding this solicitation.
 
Record
SN01508986-W 20080216/080214224131 (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.