Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

65 -- Urodynamic Dysfunction System

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA Nebraska Western Iowa Health Care System (Omaha Division), Department of Veterans Affairs Nebraska Western Iowa Health Care System, Department of Veterans Affairs;VA Nebraska Western-Iowa HCS;Omaha Division;4101 Woolworth Ave.;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
VA-263-08-RQ-0386
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Patrice PittmanCONTRACT SPECIALIST<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written Request for Quotations will not be issued. Under Statutory Authority 41 U.S.C. 253 (c) (1), the Nebraska Western Iowa Health Care System, VA Medical Center Omaha, 4101 Woolworth Avenue, Omaha, NE 68105, anticipates entering into sole source procurement with Laborie Medical Technologies Corp, Williston, VT 05495-7828 for a TT Wired Urodynamics Voiding Dysfunction System. The Government believes Laborie Medical Technologies Corp. is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-08-RQ-0386 and the request for sources 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 at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full test. 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 and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (iv) North American Industry Classification System (NAICS) code is 423450 (size standards: 100 employees) applies to this solicitation. (v) Items to be purchased are: (CLIN 001): TT Wired Urodynamic Processing Tower with analog/digital circuitry; Integrated pump, PC controlled, with an adjustable range of 5-180 ml/min; Includes Aquarius TT UDS Software, Stock No. PRO175, Qty. 1; (CLIN 002): Medical Grade Power Cord, Stock No. POW005, Qty. 1; (CLIN 003): LIT Cable, Stock No. LIT080, Qty. 1; (CLIN 004): Uroflow Transducer, Type B, Stock No. TRA875, Qty. 1; (CLIN 005): Laborie Getting Started Manual, Stock No. MAN247, Qty. 1; (CLIN 006): Aquarius TT Manual, Stock No. MAN040, Qty. 1; (CLIN 007): Manual, Practical Guide to Urodynamics, Stock No. MAN540, Qty. 1; (CLIN 008): Manual, Service, Aquarius TT, Stock No. MAN552, Qty. 1; (CLIN 009): LIT 120V, Stock No. LIT030, Qty. 1; (CLIN 0010): Medical Grade Power Cord, Stock No. POW005, Qty. 1; (CLIN 0011): LIT Manual, Stock No. MAN253, Qty. 1; (CLIN 0012): Air-Charged Dual Interface Cable for P1/P2 (12FT), Stock No. CAB665, Qty. 1; (CLIN 0013): Air-Charged Interface Cable for P3 (12FT), Stock No. CAB666, Qty. 1; (CLIN 0014): Deluxe Commode Chair, Stock No. CHA171, Qty. 1; (CLIN 0015): Funnel, Long Neck, Stock No. CHA876, Qty. 1; (CLIN 0016): Aquarius TT Computer, Stock No. COM050, Qty. 1; (CLIN 0017): Computer, DDR2, Memory, 1 GB, Stock No. COM304, Qty. 2; (CLIN 0018): Software Applications, Office XP PROFESSIONAL, Stock No. SOF110, Qty. 1; (CLIN 0019): Operating System, Windows XP, Stock No. OPE450, Qty. 1; (CLIN 0020): Computer,, Stock No. COM551, Qty. 1; (CLIN 0021): Cable, RS232, Stock No. CAB347, Qty. 1; (CLIN 0022): Mini Keyboard, Stock No. PER105, Qty. 1; (CLIN 0023): Mouse, Stock No. PER225, Qty. 1; (CLIN 0024): Peripherals, Mouse Pad, Stock No. PER185, Qty. 1; (CLIN 0025): Computer, Phone Cable, Stock No. COM642, Qty. 1; (CLIN 0026): LIT Cable, Stock No. LIT080, Qty. 1; (CLIN 0027): Monitor, Flat Panel, 20", Stock No. MON200, Qty. 1; (CLIN 0028): LIT Cable (only if LIT is ordered), Stock No. LIT080, Qty. 1; (CLIN 0029): Monitor, Flat Panel, 17", Stock No. MON175, Qty. 1; (CLIN 0030):, Stock No. CAR480 LA-01 ARM for monitor 17", Qty. 1; (CLIN 0031):, Stock No. CAB366 25ft VGA Extension M- F, Qty. 1; (CLIN 0032): Aquarius TT Software, Stock No. LAB035, Qty. 1; (CLIN 0033): Hasp Key, Stock No. COM397, Qty. 1; (CLIN 0034): Video Interface Package for Video Cystoscopy,, Stock No. VID035, Qty. 1; (CLIN 0035): Video, Saturn Image Management, Burst, Stock No. VID315, Qty. 1; (CLIN 0036): EMG, Stock No. FEA262, Qty. 1; (CLIN 0037): EMG UDS94 Shielded Cable, Stock No. CAB155, Qty. 1; (CLIN 0038): Electrode Lead Cables, FSR Shielded, 18", Stock No. ELE200, Qty. 1; (CLIN 0039): EMG Shorting Leads - Shielded, Stock No. CAB150, Qty. 1; (CLIN 0040): IR Wireless Configurable Remote Control, Stock No. REM095, Qty. 1; (CLIN 0041): Instruction Manual, Remote Control, Stock No. MAN290, Qty. 1; (CLIN 0042): Report Generator Package, Stock No. SOF005, Qty. 1; (CLIN 0043): I-List Snapshot, Stock No. LIS250, Qty. 1; (CLIN 0044): Inkjet Color Printer, Stock No. PRI120, Qty. 1; (CLIN 0045): Cable, USB, 6ft, Stock No. CAB914, Qty. 1; (CLIN 0046): LIT, Cable, Stock No. LIT080, Qty. 1; (CLIN 0047): UPP Puller, Silent Drive, Stock No. UPP715, Qty. 1; (CLIN 0048): UPP Instruction Manual, Stock No. MAN383, Qty. 1; (CLIN 0049): UPP Puller Stand with 5-Castor Base, Stock No. STA600, Qty. 1; (CLIN 0050): Cart, KT, Desktop, Stock No. CAR572, Qty. 1; (CLIN 0051): Medical Grade Power Bar, Stock No. POW145, Qty. 1; (CLIN 0052): KT Cart, On-Site Assembly Guide, Stock No. MAN141, Qty. 1; (CLIN 0053): Anorectal Manometry 4 Channel Software, Stock No. ARM100, Qty. 1; (CLIN 0054): Manual, Anorectal Manometry, Stock No. MAN052, Qty. 1; (CLIN 0055): Cable, TDOC, P3/P4, Includes T-DOC Charger (remove CAB666 when ordering), Stock No. CAB667, Qty. 1; (CLIN 0056): TDOC 4-channel ARM catheter, Stock No. CAT003, Qty. 5; (CLIN 0057): Abdominal Sensor 7 Fr. Air-Charged Catheters, Stock No. CAT875, Qty. 10; (CLIN 0058): Graduated Urine Beakers, Stock No. DIS173, Qty. 10; (CLIN 0059): Pump Tubing with Infusion Line, Stock No. TUB500, Qty. 10; (CLIN 0060): EMG Gel Patch Electrodes (pkg/3), Stock No. ELE425, Qty. 10; (CLIN 0061): Electrode Lead Wires (needs desc.), Stock No. ELE200, Qty. 1; (CLIN 0062): Velcro Leg Strap, Stock No. DIS950, Qty. 1; (CLIN 0063): Dual Sensor 7 Fr. Air-Charged Catheters, Stock No. CAT880, Qty. 10; (CLIN 0064): Shipping, Stock No., Qty. 1;This equipment includes a complete Wired Aquarius Urodynamics Dysfunction System, Line Isolation Transformer, air-charged interface, commode chair and funnel, computer, 2 monitors, software (Windows / Aquarius TT-including updates), video suite upgrade package, EMG, remote control, additional software (Laborie, Adobe, tutorial, report generation package, snapshot), printer, Urethral Pressure Profile, cart and disposable air-charged in-service kits). This equipment will be used by the Surgery Department. (vii) Delivery and acceptance of deliverables will be FOB origin within 60 days after receipt of order to VA Nebraska Western Iowa, Omaha VA Medical Center, 4101 Woolworth Avenue, Omaha, NE 68105. (viii) The provisions 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 852.211-70 Service Data Manuals, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers. (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 Representations and Certifications Application (ORCA) at http://www.bpn.gov and reference it in their quote. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.21-5 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; 52.219-28 Post Award Small Business Program Representations; 52.222-3 Convict Labor, 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; 52.232-33 Payment by Electronic Funds Transfer - 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) Anyone wishing to respond to this notice must show clear convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing into 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 SEPTEMBER 5, 2008 at 11:00 a.m. Central Standard Time. (xv) Submit Faxed or Electronic quotation to Patrice L. Pittman, Contracting Officer at (402-449-0612) with signed original forwarded by mail to: Patrice L. Pittman, Contracting Officer (90C), VA Nebraska-Western Iowa Health Care System, Omaha VA Medical Center, 4101 Woolworth Avenue, Omaha, NE 68105. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail should have a scanned electronic signature.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95478ffc7407840ed1a8c785f32d9c65&tab=core&_cview=1)
 
Record
SN01653220-W 20080829/080827222319-95478ffc7407840ed1a8c785f32d9c65 (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.