Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

65 -- Bronchofibervideoscope for VA North Chicago

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Great Lakes Healthcare System, Department of Veterans Affairs Great Lakes Healthcare System, Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-09-RQ-0242
 
Response Due
6/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
William TanksleyContracting Specialist<br />
 
E-Mail Address
Contracting Specialist
(william.tanksley@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. The solicitation number, VA-69D-09-RQ-0242, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective March 31, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 334516, Size Standard: 500 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Olympus America, Inc. and are known to meet the VA's needs. Offeror shall provide the following Brand Name or Equal items: ITEM 1: Description: Curvilinear array (CLA) ultrasound bronchofibervideoscope with 6.3 mm insertion tube outer diameter, 2.2 mm working channel, 60 cm working length, angulation range 120 degrees up, 90 degrees down, 80 degrees field of view and 35 degrees forward oblique direction of view. Compatible with EU-C60 ultrasound processor. Ultrasound functions include: 7.5 MHz, B-mode, color power Doppler mode, 50 degrees scanning range. Includes a detachable cable, MAJ-1722, for connection to the EU-C60 ultrasound processor. Standard accessories include: MAJ-1351 sterile balloons (pkg. of 20); MAJ-1352 balloon applicator; BW-15B channel cleaning brush (pkg. of 2); BW-16C channel cleaning wire (pkg. of 2); MH-907 channel opening cleaning brush (pkg. of 1); MAJ-222 suction cleaning adapter (pkg. of 1); MH-553 video connector water resistant cap (pkg. of 1); MH-1193 cap chain (pkg. of 1); MAJ-1057 Ultrasound connector water resistant cap (pkg. of 1); MAJ-210 biopsy valve (pkg. of 20). Product Number BF-UC180F-O, QTY 1 $____________; ITEM 2: Description: EUS EXERA ultrasound processor featuring a compact, lightweight design, simple keyboard, high-resolution ultrasound imaging, and sensitive color power Doppler. Capable of one cart endoscopy through complete integration with EVIS EXERA, EVIS EXERA II, and Olympus radical systems. Compatible with GF-UC160P-OLS and GT-UCT160-OLS Standard set, MAJ-679 Footswitch, MAJ-1039 AC power adapter, MB-677 BNC cable, MH-907 remote cable, MAJ-1040 footswitch cable, MAJ-1042 monitor cable, power cord. Product number EU-C60, QTY 1 $____________; ITEM 3: Description: Kit includes compact, portable endoscopic ultrasound processor dedicated to Olympus mechanical scanning ultrasound probes and MAJ-682 probe drive unit. Compatible with EVIS systems to toggle between endoscopic and ultrasound images. Features include preset image settings, scroll feature, and built-in trackball. Standard set: MAJ-682 Probe drive unit, MAJ-680 keyboard - power cord, MAJ-679 footswitch, MAJ-686 RGB monitor cable, MB-672 BNC B/W printer cable, MH-907 B/W printer remote cable. Product number EU-M30S-K, QTY 1 $____________; ITEM 4: Description: ViziShot single-use 22 gauge aspiration needles without syringes (pkg. of 5). For use with BF-UC160F-OL8/BF-UC180F ultrasonic bronchoscope. Includes 5 single-use adapter biopsy valves. Product number NA-201SX-4022-C, QTY 1 $ ____________; ITEM 5: Description: Dedicated cart for EU-M30S ultrasound system; includes arm clamp for MAJ-683 probe support arm. Product number TC-EU, QTY 1 $ ____________;ITEM 6 Description: BNC cable, 25 ft. Product number 55556L25, QTY 1 $ ____________; ITEM 7 Description: BNC cable, 3 ft. Product number 5556L3, QTY 1 $ ____________; ITEM 8: Description: Black and white graphic printer. Product number UP-897MD, QTY 1 $ ____________; ITEM 9: Description: Detachable ultrasound cable for use with BF-UC180F and EU-C60 ultrasound processor. Product number MAJ-1722, QTY 1 $ ____________; ITEM 10: Description: Articulating probe support arm. Product number MAJ-683, QTY 1 $ ____________; ITEM 11 Description: Ultrasound "through the scope" probe, specifically designed for use with the guide sheath kit and 2.0 mm channel bronchoscope, 20MHz frequency, 1.7 mm OD. Includes MH-245 probe holder and MH-244 water resistant cap. Product number UM-S20-17S QTY 1 $ ____________; ITEM 12: Description: Slim-type ultrasound "through the scope" probe, 20 MHz frequency, 2.0 mm OD includes MH-245 probe holder, MH-244 water resistant cap. Product number UM-S20-20R-3 QTY 1 $ ____________; ITEM 13: Description: Reusable guiding device (curette) for use with guide sheath kit and 2.0 mm minimum diameter channel bronchoscope. 115 cm working length, rotatable, double-joint design. Product number CC-6DR-1, QTY 1 $ ____________; ITEM 14: Description: Guide sheath kit for 2.0 mm channel bronchoscope. Includes guide sheath (1 pc.), disposable biopsy forceps (1 pc.), cytology brush (1 pc.). Product number K-201, QTY 2 $ ____________; ITEM 15: Description: Guide sheath kit for 2.6 mm channel bronchoscope. Includes guide sheath (1 pc.), disposable biopsy forceps (1 pc.), cytology brush (1 pc.) Product number K-203, QTY 2 $ ____________; Operator manuals, maintenance manuals, on-site training, and 1 year warranty on all parts and labor must be included. Total Cost $______________. The salient characteristics for the system are as follows: bronchofibervideoscope must be compatible with other Olympus scopes and probes; must have a variety of frequencies between 5 and 50 MHz; must fit on a standard endoscopy cart with other endoscopy equipment; must be able to display both the endoscopy picture as well as the ultrasound picture simultaneously (as in Picture in Picture); must have color power Doppler; must have Cine Image and Store Image; must have sensitivity control to allow adjusting gain in increments. Each offeror must address this requirement in their proposal. Delivery, which shall occur within 30 calendar days of contract award, shall be FOB DESTINATION to VA Medical Center, Warehouse, Building 138, 3001 Green Bay Road, North Chicago, IL 60064-3048. The Contractor is responsible for all freight charges. All part numbers are associated with Olympus America, Inc. Vendors must quote the brand name or the equivalent of the brand name. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-50, Combating trafficking in Persons; (11) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); and (12) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before June 15, 2009, by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is William Tanksley. Offers can be mailed, faxed or emailed to the GLAC attn: William Tanksley, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: william.tanksley@va.gov. Quotes should be marked with the request for quote number VA-69D-09-RQ-0242. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-09-RQ-0242/listing.html)
 
Record
SN01832289-W 20090603/090601234806-883f7528157698581bc257945d7cdc21 (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.