Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

65 -- Vascular Doppler Ultrasound Units

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-09-RQ-0416
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Davina Williams
 
E-Mail Address
Contract Specialist Intern
(davina.williams@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested. Solicitation Number VA-250-09-0416 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This requirement is 100% small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 339112; the business standard size is 500 employees. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking Quotes. Any quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery and installation. The Eye surgery Department is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: CLIN 1) Flo-Lab Model 2100 SX; CLIN 2) Dicom Compliance Package; this package should have full certification for the VA Vista Program.This equipment must have the following features: a)Pencil Probes: 8MHz bidirectional Doppler & 4Mhz bidirectional Doppler with forward and reverse Doppler flow indicators b)Dual channel photoplethysmography (PPG) for bilateral waveforms c)Dual channel Pneumoplethysmography (PVR) for bilateral waveforms d)Single dual channel strip chart recorder e)Mobile cart with two drawers and storage space under the keyboard and gel holder f)Parks' SonovaE Software: Latest software is Windows based and fully networkable with free upgrades for life of machine g)HP-Compaq DC5750 with 1G of RAM, AMD 64 athalon processor, 80G hard drive, RW-CD, DVD ROM drive h)Broadcam NetXtreme gigabit Ethernet - Plug directly into Hospital Network i)17" Flat Panel Monitor - H.P Inkjet Color Printer j)18 button wireless remote control for cuff inflation, includes: bleed, invert, volume control, mute, baseline position, size, auto scale, navigation arrows, esc, enter, freeze and save k)Multiport Cuff Inflator (MPI) with 12 port automatic cuff selection l)Cuff Package for all arterial and venous studies oTwo 17cm high cuffs (3cuff method) oSix 12cm cuffs (4 cuff method-thighs/calves) oFour 10cm cuffs (ankles/arms) oTwo 7cm cuffs (metatarsals/wrists) oTwo 2.5cm digit cuffs long oTwo 2.5cm digit cuffs oTwo 1.9cm digit cuffs m)Technical and Service Manuals with startup supply package: paper, Ink, double stick tape, extra cuff bladders, Velcro straps and gel. n)Education: One day on-site in-service provided with 8 C.M.Es for all who attend o)Techniques in Nonivasive Vascular Diagnosis - CME Edition by Robert J. Daigle BA, RVT - "An Encyclopedia of Vascular Testing" PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a 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. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly more important than price. The provision at VAAR 852.211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Davina Williams, Contract Specialist Intern by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 10 a.m. EST September 23, 2009. Technical questions and Quotes must be sent by email to Davina.Williams@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-09-RQ-0416/listing.html)
 
Place of Performance
Address: Louis Stokes Cleveland Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106
 
Record
SN01960162-W 20090919/090918001451-2b56bde73b186e43318e6850b85e41d3 (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.