Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

J -- Maintenance Agreement of BRIT PACS System

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
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-0146
 
Response Due
3/17/2008
 
Archive Date
4/16/2008
 
Point of Contact
Ken Eshom Contract Specialist 612-467-2186
 
E-Mail Address
Email your questions to Contract Specialist
(ken.eshom@va.gov)
 
Small Business Set-Aside
Total Small Business
 
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 and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with BRIT Systems of Dallas, TX for a full service maintenance agreement for BRIT Picture Archiving and Communication System (PACS). The government believes that BRIT Systems is the only manufacturer that will satisfy the agency requirements (ii) The solicitation number is VA-263-08-RQ-0146 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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 518210 (small business size standard of 23 million). (v) This requirement consists of one line item (1) line item: (1) Full hardware, software maintenance support for the BRIT Picture Archiving and Communication System (PACS). Support includes but is not limited to: unlimited parts and labor, 24/7 telephone support, on-site service as necessary, preventative maintenance and software upgrades of Brit products., for BRIT PACS equipment located at the VAMC Minneapolis, MN. Commercial item acquisition regulations per FAR 12 and simplified acquisition procedures will be used. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. (vii) N/A (viii) 52.212-1 Instructions to Offerers - commercial Items, apply to this solicitation with the following addenda, FAR 52.233-2, Service of Protest, VAAR 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedure (ix) 52.212-2, Evaluation - Commercial Items; 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: (a) Technical; (b) Past Performance; Provide three (3) references from a firm or agency in which your company has provided the same or similar type of equipment described in this solicitation. Each reference must represent work that is currently being performed or performed within the past three (3) years. Include the name, address, telephone number and point of contact of the firm or agency (c) Price. Technical and past performances, when combined, are significantly more important than cost or price (x) 52.212-3 Offerers Representations and Certifications - Commercial Items- 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; (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, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3 , 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-16 Alt I, 52.225-1, 52.225-13; 52.232-34, 52.239-1 (xiii) Anyone 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 service/supply have eight (8) calendar days from publication of this notice to submit in writing their qualifications and capabilities information including technical data and pricing in 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 (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xvi) RESPONSES ARE DUE MONDAY, MARCH 17, 2008, by 3:30 p.m. central time (ct). (xvii) Submit faxed quotation to ??? Ken Eshom, at (612) 467-2072 with signed original forwarded by mail to: Ken Eshom, 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
 
Record
SN01528197-W 20080312/080310223759 (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.