Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
DOCUMENT

65 -- ETG-4000 24 CHANNEL OPTICAL TOPOGRAPHY SYSTEM - Attachment

Notice Date
7/6/2011
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1053
 
Response Due
7/22/2011
 
Archive Date
8/21/2011
 
Point of Contact
Mathew S Berta
 
E-Mail Address
2-9880<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-260-10-RQ-1053 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: July 6, 2011 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective June 30, 2011. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Seattle VA Medical Center (SVAMC) anticipates entering into a procurement for one ETG4000 24 Channel Optical Topography System and related accessories. (ii) The reference/solicitation number is VA-260-10-RQ-1053 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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 https://www.acquisition.gov/far) and (VAAR). (iv) This procurement is not a set-a-side. North American Industry Classification System (NAICS) code is 334510 (size standards is 500 employees) applies to this solicitation. (v) Award will be made on an all or none basis for the following described items: ITEM 1 (1 EACH) ETG-4000 24 CHANNEL OPTICAL TOPOGRAPHY SYSTEM OR EQUIVALENT Salient characteristics system shall be portable, non-invasive measurement of the activation of the cerebral cortex. This shall be accomplished using near-infrared spectroscopy technology to measure the oxy and deoxyhemoglobin levels in the brain. The system shall have a two-dimensional display of real-time changes in the cerebral cortex activation. The Analysis Station shall be a Windows based graphical interface that allows for easy operation. The patient interface shall be non-invasive and measurements shall be obtained from probes that are light and flexible. The system shall be packaged in a compact unit that can be wheeled anywhere to allow for measurement acquisition in laboratories or at the patient bedside. The system configuration shall includes the following items ITEM 2 (1 EACH) ETG-4000 ADULT PROBE SET PACKAGE OR EQUIVALENT SALIENT CHARATERISTICS The Probe Set shall include 10 light source probes and 8 detection probes. The probes shall be arranged into 3 different configurations for maximum measurement capabilities. - Light sources: semi conductor laser diodes - Wavelengths: 690nm and 830nm - Laser Output: Class 1M - Detectors: avalanche photodiodes - Measurement Probes: multi-component glass bundle optical fiber - Probe configurations: 3x3 (set of 2), 3x5(single), 4x4(single) ITEM 3 (1 EACH) ETG-4000 ANALYSIS STATION OR EQUIVALENT SALIENT CHARATERISTICS The Analysis Station shall provide real-time data acquisition and processing of the multi-channel measurement input from the probes. The operating software configuration shall allow for easy probe setup and data acquisition with minimal input from the operator. - Simultaneous measurement channels: 24 standard (48 with upgrade) - Data types: 3 Change in oxyhemoglobin concentration Change in deoxyhemoglobin concentration Change in total hemoglobin concentration - Data sampling rate: 0.1 - 10 Hz - Measurement types: Stimulation and Event - Analysis types: Continuous and Integral - Displays: graphs of changes in hemoglobin levels and topographical maps of cortical activation - Computer processor: Pentium 4 or equivalent - Additional filtering: to reduce noise and flatten baseline - Monitor: high resolution LCD monitor - Operator input: standard mouse and keyboard for dynamic interaction - External dimensions: 0.53m (W) x 0.93m (D) x 1.47m (H) ITEM 4 (1 EACH) ETG-4000 PRINTER OR EQUIVALENT SALIENT CHARATERISTICS The printer shall be directly connected to the Analysis Station for quick printing of measurement results for patient files or visual analysis. - Color printer - Print quality: 2400 x 1200 dpi or equivalent OPTIONS: OPTIONAL ITEM 1 (1 EACH) OTVIDEO Video Recording Interface or equivalent SALIENT CHARATERISTICS This feature shall allow for a video recording of the patient measurements to be interfaced with the software for simultaneous recording and viewing of the video and data acquisition. OPTIONAL ITEM 2 (1 EACH) OT3DPOSITIONIN 3D Positioning Unit or equivalent SALIENT CHARATERISTICS The 3D Positioning Unit shall allow for more precise location of the points of measurement relative to the cerebral cortex. The system shall use a positioning system to acquire the probe location in 3D space. (vi) The provision at FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item applies to this requirement. The delivery of optional items will be included in the delivery of the optical topography system. (vii) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (viii) Delivery and acceptance of deliverables will be FOB destination within 60 days of receipt of order to Seattle VA Medical Center, VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle WA 98108-1597. Deliver to building 1 room 516 (Attention: Wesley) RR&D Center of Excellence. (ix) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (x) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are technical capabilities, past performance which will be based on the D&B Supplier Qualifier Report risk rating, any rating above 6.5 will not be considered and price with technical capabilities and past performance being evaluated as significantly more important than cost considerations. (xi) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xii) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xiii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 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 & First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8, Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.), 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiv). The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Friday July 15, 2011, by 8:00 a.m. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to mathew.berta@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to mathew.berta@va.gov. Contracting Office Address: Department of Veterans Affairs, VA NW Health Network-VISN 20, 5115 NE 82nd Ave., Suite 203, Vancouver WA 98662 Point of Contact(s): Mathew Berta, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26011RQ1053/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1053 VA-260-11-RQ-1053.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=216018&FileName=VA-260-11-RQ-1053-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=216018&FileName=VA-260-11-RQ-1053-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02490487-W 20110708/110706234721-15f574a460cfb1017a10b0ea4967d82c (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.