Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

65 -- TELERAD WORKSTATION PACKAGE

Notice Date
4/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs, Department of Veterans Affairs Center for Acquisition Innovation (Ft. Detrick), VA CAI Ft Detrick, CENTER FOR AQUISITION INNOVATION;DEPARTMENT OF VETERANS AFFAIRS;7485 NEW HORIZON WAY;FREDERICK, MD 21703;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V3004-0105
 
Response Due
5/15/2009
 
Archive Date
7/14/2009
 
Point of Contact
Tiffany SmithContractor<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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-V3004-0105 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) 05-31-Correction. Only written requests received directly from the requester are acceptable. The North American Industry Classification System (NAICS) number is 333315 and the business size standard is 500. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is Unrestricted. The items listed on this solicitation are manufactured by AGFA Healthcare. This requirement is Brand Name or Equal. Listed below are the required line items for this solicitation: 0001MFR Part # 60+00090310 - NX Workstation Rollover Package with MUSICA 2 GenRad Includes: NX PC with Enterprise Premium Workstation; CR Barco High Quality 19" LCD Touchscreen Monitor with DICOM Optimizer Software; NX MUSICA2 GenRad: Basic, Intelligent 2nd Generation MUSICA Image Processing; NX Optiview: Includes Black Border, Grid Suppression and Square Marker Functionality; NX Precision Tools: Includes Advanced Annotation and Measurement Functionality; NX Integrated Workflow: Includes MPPS, Emergency Workflow, View Priors on IMPAX Web; NX RIS Connection: Includes DICOM and Non-DICOM RIS Connectivity Functions; NX Quality Assurance Software Tools: Repeat Reject Analysis and Dose Monitoring; NX Full Leg and Full Spine Stitching Software; NX DS/NX 3 Optional Feature Package: Workflow Enhancements, Full Screen Viewing; NX UPS, Type II ID Tablet; Barcode Reader/Programmable. Qty 2 EA MFR: AGFA Healthcare OR EQUAL 0002MFR Part # ENHJG001 - CR Implementation Services Fee Qty 1 EA MFR: AGFA Healthcare OR EQUAL 0003MFR Part # EOM6J001 - CR Workflow Configuration and Applications Training Includes: Three (3) Full Days of Site Application Support after Installation; Eight (8) Hour Sessions. Qty 2.5 EA MFR: AGFA Healthcare OR EQUAL Quote shall be FOB destination with a desired delivery date of 30 June 2009. Ship to: 882nd TRSS/TRSL (Medical Logistics) 939 Missile Road, Bldg 1919 Suite 2, Sheppard AFB, TX 76311-2245. 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: 52.212-2, 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 or exceed all salient characteristics of the brand name specifications to be considered for award. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Offerors shall submit descriptive literature, product samples, technical features, warranty provisions and itemized pricing. Priority for Contracting Preferences: 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer if you are not registered with ORCA. https://orca.bpn.gov/login.aspx 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 17, 18, 19, 20, 22, 30, 32, 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 (Apr 2008) (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; 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. VAAR; 852.203-70, Commercial Advertising; 852.273-70, Late Offer; 852.273-75, Security Requirements for Unclassified Information; 852.273-76, Electronic Invoice Submission. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $100,000 or more, or any subcontractor receiving a contract in the amount of $100,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets.dol.gov/vets100. Offers are to be received at the Center for Acquisition Innovation (CAI), 7485 New Horizon Way, Frederick MD 21703, ATTN: Tiffany Smith, no later than 4:00 P.M. eastern daylight time on 15 May 2009. Contact Tiffany Smith at tiffany.smith7@va.gov. Phone: 202-461-0774.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81a1673848f0d3128dd2f09ce6737ada&tab=core&_cview=1)
 
Place of Performance
Address: 882ND TRSS/TRSL (MEDICAL LOGISTICS);939 MISSILE ROAD;BLDG 1919, SUITE 2;SHEPPARD AFB, TX<br />
Zip Code: 76311-2245<br />
 
Record
SN01805827-W 20090502/090430221032-81a1673848f0d3128dd2f09ce6737ada (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.