Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

W -- Nuclear Medicine Imaging Camera

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, Lebanon VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Lebanon VA Medical Center, Room 147F;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA-244-08-RQ-0360
 
Response Due
8/21/2008
 
Archive Date
10/20/2008
 
Point of Contact
Hilbert Caesar
 
Small Business Set-Aside
N/A
 
Description
1. Title: Nuclear Medicine Camera 2. Solicitation Reference Number: VA-244-08-RQ-0360 3. 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; quotations are being requested and a written solicitation will not be issued. Responses reflecting the best overall value and availability of the service as described are requested in the form of a written technical and price quotation. This solicitation is being issued as a request for quotation (RFQ) and is an unrestricted procurement. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. This order is placed subject to the availability of funds for the period 10/01/2008 through 09/30/2009. Questions in response to this solicitation are due Friday, August 8, 2008 NLT 1:00 PM EST. The due date for quotations is Thursday August, 21, 2008 at 4:00 PM EST. Quotations shall be submitted electronically via email to at hilbert.caesar@va.gov. The solicitation title and reference number shall be included in the subject line of ALL correspondence. 4. Scope of Work: (Nuclear medicine Camera) The Department of Veterans Affairs intends on procuring a Nuclear Medicine Camera on a lease-to own basis for its Nuclear Medicine Department. The lease term shall not exceed 60 months; the base shall be for a 12 month period with four (4) twelve (12) month options. The government may terminate the lease for convenience if it is determined that it is in the best interest of the government. Contractor is responsible for providing a maintenance plan for the life of the lease. New and Refurbished equipment will be considered. Specs: 1.Dual Head Variable Angle Nuclear Camera with 180, 90, and 76 degree configurations 2. 3/8 inch Crystal Detector 3. Automatic Wholebody AND Spect contouring 4. Ability to Scan Patients on ICU Beds and ER Gurneys 5. Low Energy High Resolution Collimators 6. Medium Energy Collimators 7. Pinhole Collimator 8. Complete Cardiac and General Nuclear (Renal, Lung, Hida,Gastric Emptying, ect) Processing 9. 4DM-Spect Cardiac Quantitative Processing with Coranary Artery Overlay Fusion Upgrade 10. Automated Fusion Software Capable of fusing any two Modalities (CT, MR, PET, or NM) including planar 11. Brain Quant Software with normal Databases for both SPECT AND PET 12. Dual Monitor Software with Two 19" LCD DICOM Calibrated Monitors 13. DVD Archive with imbedded DICOM Viewer 14. Two weeks of On-Site Nuclear Applications Training 15. Complete Biomedical Service Training 16. 2nd set of Software Manuals 17. All DICOM Networking to PACS and Separate Physicians Workstation 18. Separate Physicians PROCESSING STATION WITH: a. Complete Cardiac and General Nuclear (Renal, Lung, Hida,Gastric Emptying, ect) Processing b. 2nd copy of 4DM-Spect Cardiac Quantitative Processing with Coranary Artery Overlay Fusion Upgrade c. 2nd copy of Automated Fusion Software Capable of fusing any two Modalities (CT, MR, PET, or NM) including planar d. 2nd copy of Brain Quant Software with normal Databases for both SPECT AND PET e. Dual Monitor Software WITH Two 19" LCD DICOM Calibarated Monitors. Interested Offerors shall submit their offers to Hilbert E. Caesar via email at hilbert.caesar@va.gov Telephone requests will NOT be accepted.) 5. Instructions: In order to be considered responsive, the offeror's Technical Quotation must provide sufficient information to demonstrate the offeror's corporate capabilities and the approach that will be utilized to fulfill the requirements of the Nuclear Medicine Camera. Offers shall be submitted in two separate volumes as follows. Volume I, Technical Quotation shall be divided into two general areas as follows: (1) Understanding of the Requirement - Relative to the scope of this project, the offeror shall provide a written narrative that demonstrates their understanding of the requirement that have been described in the statement of work; offeror shall provide a detailed description of sequences of events that the organization will employ to ensure prompt and efficient delivery of the products and services required. Included shall be a detailed description of the quality assurance and customer service plan. The quality assurance plan must demonstrate that the offeror's plan effectively measures the accuracy, quality and reliability of the product; (2) Past Performance - The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in magnitude of the product described in the Scope of Work. Include the following information: Project title, Description of the project, Contract number, Contract amount, Government Agency/Organization and Point of Contact, and phone number/email address. Each reference shall include information that evidences customer satisfaction with products and services provided and demonstrate an offeror's compliance with a fulfillment of the requirements of previous contracts on both a technical and budgetary basis. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the requirement. Volume II, Price Quotation - Offerors shall submit a Firm Fixed Price quote for the requirement. 6. Terms and Conditions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-1: VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. Paragraph (a) is supplemented to include the following evaluation criteria listed in descending order of importance: Understanding of the Requirement and Past Performance. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-4: FAR 52.217-8 Option to Extend Services (NOV 1999), VAAR 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor; VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition of the additional FAR clauses cited in this clause, the following are applicable: 52.219.28 Post Award Small Business Program Representation (JUNE 2007), 52.222-3 Convict Labor (JUNE 2003), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (AUG 2007), 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999), 52.233-1 Disputes, 52.233-2 Service Protest, 52.233-3 Protest after Award, 52.244-6 Subcontracts for Commercial Items. 7. Point(s) of Contact: Hilbert. E. Caesar, Contract Specialist, phone: 717-228-5959, fax: 717-228-5936, E-mail: hilbert.caesar@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08595dad408584e3a0d6a91a626d5433&tab=core&_cview=1)
 
Place of Performance
Address: 1700 S. Lincoln Ave,;Lebanon PA
Zip Code: 17042
 
Record
SN01629274-W 20080803/080801222729-08595dad408584e3a0d6a91a626d5433 (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.