Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

65 -- Rhinolaryngeal Strobscope

Notice Date
12/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, Seattle VAMC, Department of Veterans Affairs Puget Sound Health Care System, Department of Veterans Affairs;Contracting Officer (S138P&C);VA Puget Sound Healthcare System;1660 So. Columbian Way;Seattle WA 98108
 
ZIP Code
98108
 
Solicitation Number
VA-260-09-RQ-0112
 
Response Due
12/26/2008
 
Archive Date
1/25/2009
 
Point of Contact
Marc Frederick360-852-9859<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-VA260-08-RQ-0549 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request 360-256-0936, ATTN: Marc Frederick. The North American Industry Classification System (NAICS) number is 334510 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The proposed contract listed here is Unrestricted. This requirement is for PENTAX or equal equipment/software. For comparable equipment/software it is imperative that all items are interoperable as a system and fully compatible with KayPENTAX software. Listed below are the required line items with descriptions for this solicitation. Item No.Stock NoDescription of Suppy/ServicesQTYUnitUnit PriceAmount 19100BRhinolaryngeal Stroboscope- Halogen (constant) and xenon (flash) light sources Laryngeal and audio microphones Pitch triggering by laryngeal microphone or EGG input Digital display of pitch, phase, and amplitude measurements Four modes of operation (slow, fast, locked, and manual) Interface to computer for pitch, amplitude, and phase information Foot switch and pedal for remote control of instrument functions Isolation transformer (maintains line leakage to current levels less 50 microamps) 1each 29106Rigid Endoscope - (70-degree forward angle with integrated fiber optic cable) with a 10mm diameter. Must be compatible with stroboscopic and high-speed imaging. 1each 39212Camera, 3-CCD : Camera with three (3) " CCD sensors with DSP, S-Video, variable AGC, 700-line resolution, computer controllable, and C-mount, NTSC format.1each 4911822-37 mm Zoom Lens 22-37 mm Zoom Lens Coupler: Adjustable focal length (22-37 mm) lens with eyepiece adapter. Suitable for all scopes1each 59200CVideo Capture Module Digital video recording system with all hardware and software for recording examinations and interfacing to camera, light source, and printer. System features: Computer (Current Intel Core 2 Duo), 3 GB of system RAM 3.1 Terabytes of hard disk storage - Four removable video archive hard drives (500GB each) - Two internal uncompressed video drives (500GB each) - OS Drive (120GB) -DVD+-R/RW with CD -R/RW writing capability -19" Monitor with speakers -Windows XP Professional Professional-level video capture with RGB 24 (4:4:4 sampling) Hardware and software for computer control of camera SQL database software for patient and examination database management We will use the database software as is. We may use different identifiers to tag the video and sound files however. Electroglottograph input compatible with EGG listed below Comprehensive educational video on the use of stroboscopy for assessing dysphonia (3 DVDs and 1 eBook) Video Viewer to share exams Vocal Parts and Vocal Pathology Parts 1& II Database of Stroboscopic Recordings of Laryngeal Pathologies Digital Strobe Voice Analysis Program 1each 69264CPrinter, Color Printer, color: Color ink-jet printer (digital) which uses 8-1/2" by 11" paper and 4" x 6" high-gloss photographic paper. Suitable for reports and image printing. Two paper trays. 1each 76103Electroglotto-graph Electroglottograph: Portable electroglottograph (EGG) for investigating the vibratory characteristics of the vocal folds. Characteristics of vocal fold contact (e.g. pressed versus breathy) can be observed in real time as biofeedback or recorded for analysis1each 89272Cart Cart: Portable cart (44"H x 33.25"W x 23"D) for stroboscopy systems. Includes (adjustable) shelves and racks for all components with 5" casters (2 with brakes). Includes rear door and power strip1each 99198Setup and Training1each Total This requirement is Brand Name or Equal, FOB destination delivery date of February 23, 2009 to VA Medical Center, 1660 S Columbian Way, Seattle, WA 98108. All quotes shall be for new equipment as refurbished or used equipment will not meet the Governments needs. For proposed "Equal" items, please provide at a minimum, brand name, part number, specifications, and system compatibility. Contracting officer is not responsible for obtaining any information not included in the quote. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.211-6, Brand Name or Equal. 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors 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: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, ContractTerms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: (b)15, (b)16, (b)17, (b)18, (b)19, (b)21, (b)23, (b)24, (b)29, (b)29i, (b)31, (b) 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm, and http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/Far1toc.htm. Offers are to be received at the VISN 20 Contracting, 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662, ATTN: Marc Frederick, no later than 4:00 P.M. eastern daylight time on December 29, 2008. Contact Marc Frederick, Contract Specialist, at Marc.Frederick@va.gov or fax 360-256-0936. All contractual and technical questions must be in writing (e-mail or fax). Telephone questions will not be accepted. Contracting Office Address: VISN 20 Contracting, 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662 SHIP TO: VA Medical Center, 1660 S Columbian Way, Seattle, WA 98108.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9c2a2e0f5e0e7b8da1d69ae4db57050&tab=core&_cview=1)
 
Record
SN01719350-W 20081218/081216214654-b9c2a2e0f5e0e7b8da1d69ae4db57050 (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.