Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

65 -- Radiation Therapy QA Tools and Equipment

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Julie Willie;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0380
 
Response Due
8/10/2010
 
Archive Date
9/9/2010
 
Point of Contact
Julie Willie
 
E-Mail Address
Contracting Officer
(Julieann.Willie@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will NOT be issued. The proposed contract action is for a Radiation Therapy Quality Assurance QA Tools and Equipment for the VA Medical Center Minneapolis, MN 55417. This equipment must meet the minimum requirements as described in Section (vi). (ii) The solicitation number is VA263-10-RQ-0380 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-42, June 16, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This requirement is being solicited as 100% Small Business set-aside in accordance with FAR 52.219-6 Notice of Total Small Business Set-aside. The North American Industry Classification System (NAICS) code is 334519, and the size standard is 500 employees. (v) This requirement consists of four (4) line items: CLIN (1): Cylindrical detector array, power data cable, power supply 110/220, and case, Quantity: 1. CLIN (2): Cavity Plug (drilled ion chamber hole) Quantity 1, CLIN (3): Software for 3D and DVH analysis on patient geometry Quantity 1, CLIN (4): Hardware/ Software Maintenance, Quantity: 1. (vi) The Radiation Therapy QA Tools and Equipment will provide a cylindrical detector array positioned statically where the treatment machine will dynamically rotate around the detector array to develop a 3D/4D analysis of the beam output with diodes while simultaneously recording an ion chamber reading of the beam output. Desired feature/functionality; cylindrical detector array for rotational therapy QA, 21cm array diameter and length, high diode density, real time data sampling (50ms or faster), and ability to get diode reading and ion chamber reading simultaneously. Must be US Manufactured. One operator and service manual included for each item. Warranty of 12 months parts and labor, with additional year price quoted. The price must include FOB Destination. Offers must state standard warranty provisions for the systems. The offer shall specify technical specifications and proposed adaptive equipment and provide estimated number of days to deliver. (vii) Delivery FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, 52.252-1 Solicitations Provisions Incorporated by Reference, 52.225-18 Place of Manufacture. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. The Government will award a firm fixed price 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. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Service Data Manual, VAAR 852.245-70 Guarantee, VAAR 852.237-76 Electronic Invoice Submission, VAAR 852.252.70 Solicitation Provisions or Clauses Incorporated by Reference, VAAR 852.246-71 Inspection, 852.215-70 Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors; The following FAR clauses are included 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-20 Definite Quantity, 52.252-2 Clauses Incorporated By Reference, (xii) The following FAR clauses identified at paragraph (b) of 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6 Notice of Total Small Business Set-aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1 Buy American Act ”Supplies, 52.225-3 Buy American Act--Free Trade Agreements, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Warranty is to be 12 months parts and labor. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) RESPONSES ARE DUE August 10, 2010 9:00 central standard time (CST). Electronic offers will be accepted; submit quotation to “ Julie Willie, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, or e-mail Julieann.Willie@va.gov. (xvi) Point of contact for this solicitation is Julie Willie, 612-344-2158 or e-mail Julieann.Willie@va.gov. All Inquires must be in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0380/listing.html)
 
Record
SN02231539-W 20100808/100806235002-813ac4719619daf11d46b01cec3f38a6 (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.