Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

65 -- Telemedicine Equipment

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10F1745_1
 
Response Due
6/16/2010
 
Archive Date
12/13/2010
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA10F1745_1 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-06-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Otoscope An otoscope is needed to perform evaluation of the outer ear canal and the tympanic membrane as well lower sinus and upper throat examinations. The otoscope, must have integrated pneumatic otoscopy to allow for assessment of middle ear effusions. The otoscope must be pre-focused or have autofocus capability, and must be fully automatic, thus permitting use by nursing personnel in remote locations. It must easily connect to a separate source of power, lighting or image processing. It must have plug and play performance capability with Tandberg codecs for remote telemedicine use cases. i.Other desired specifications:1.Variable illumination and replaceable lamp 2.NTSC and PAL compatible options3.Uses disposable specula (both adult and pediatric sizes)4.Lightweight (less than 0.5 lbs)5.Integrated rechargeable battery (separate charger not required) that is 110/220 V compatible c., 1, EA; LI 002, Illumination and Power Source (for Otoscope)An illumination and power source is needed to provide power, lighting and image processing for the otoscope above. It must have plug and play performance capability with Tandberg codecs for remote telemedicine use cases. It must have the following specifications: 115-230 VAC Power Supply: Automatic Switching 110 VA, 50/60 Hz Light Weight: less than 5 Kg and compactAutomatic White Light balance Cable Length at least 3m for easy maneuverabilityMeets or exceeds standard US safety approvals for such devicesi.Other desired specifications:1.Adaptable to other flexible and rigid imaging scopes2.Automatic light intensity adjustment3.Durable and readily portable; average lamp life at least 2000 hours, 1, EA; LI 003, Stethoscope A stethoscope system capable of the transmitting high quality lung and heart sounds in over a network with austere transmission requirements (low bandwidth/high latency) is needed. The lung and heart sounds transmitted must be of sufficient quality to allow clinical assessment by the receiving unit. It must have automatically interchangeable sending and receiving unit integration (one model does both). It must have plug and play performance capability with Tandberg codecs for remote telemedicine use cases. i.Other desired specifications:1.Detachable chest piece assembly 2.Adjustable volume control 3.Unit automatically switches unit from send to receive mode. 4.Adjustable diaphragm and bell position for optimal emphasis on pulmonary and heart sounds. 5.Lightweight and portable, 2, EA; LI 004, Training is requested either by DVD, WebEx, vendor online portal or to have a representative meet with the medical staff and provide one on one training., 1, Lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, socio-economics as well as price, among others. Training is requested either by DVD, WebEx, vendor online portal or to have a representative meet with the medical staff and provide one on one training. The Government may request a demonstration of the proposed equipment to be conducted at the Government site. The Government will schedule a date and time for the demonstration if one is needed. The vendor will be notified of this and will need to work with the Government on a convenient time for both Government and the vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10F1745_1/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN02177241-W 20100616/100614234958-8928d6f88de9f2e9b7df291dc15c766f (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.