Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

65 -- QA/QC Software Upgrades

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
700 S. 19th Street, Birmingham, AL 35233
 
ZIP Code
35233
 
Solicitation Number
VA247-13-Q-0836-02
 
Response Due
7/1/2013
 
Archive Date
12/28/2013
 
Point of Contact
Name: Richard White, Title: Contract Specialist, Phone: 2059338101, Fax:
 
E-Mail Address
richard.white7@va.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is VA247-13-Q-0836-02 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 2005-66. 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 a [ Small Business ] set-aside 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 2013-07-01 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The VHA NCO 07 - 521 - Birmingham, AL requires the following items, Meet or Exceed, to the following: LI 001: RA600 UPGRADES V8.00 SOFTWARE UPGRADE; This is the software upgrade package from all previous versions of GE RA600 Standard to RA600 v8.00 Standard Software for a Seat License. This is a seat based software license only. Workstations and integration are offered separately., 2, EA; LI 002: RA600 v8.0 Clinical Software Upgrade. This is the software upgrade package from all previous versions of GE RA600 Review to RA600 v8.0 Clinical Software for a Seat License. This is a seat based software license only. Workstations and integration are offered separately., 5, EA; LI 003: CA1000 Workstations and Install - Base C1000 application software CA1000 v1.0 to v2.0 Basic Review Software Upgrade., 1, EA; LI 004: CA1000 Workstation Software Configuration. This is the installation and configuration service for one CA1000 software package. GE will install the software on a customer supplied workstation that meets GE's specifications. This service includes: Verification of the PCs Windows Operating System; Installation of CA1000 software; verification of connectivity to customer's network and network components; connectivity to up to five initial CA1000 workstations; the CA1000 configuration will be set to send and receive images from up to three of the customer's DICOM devices, and set up for up to 5 initial Windows user profiles. Customer responsibilities include configuration of the DICOM modality and providing the AE title, port number, and IP address information for each DICOM device., 1, EA; LI 005: RA600 Installation - RA600 - Additional Software Only Installation This is for additional RA600 workstations for RA600 software to be installed and configured. The RA600 software will be configured to send and receive images from up to three additional DICOM devices. The customer is responsible for providing the AE Title, Port Number, and IP address for the device. Additional services, include, as required: Connectivity to up to five additional RA600 workstations; set up for up to five additional profiles., 7, EA; LI 006: ADDITIONAL MODULES - RA600 v8.0 Quality Control Software Seat License. The RA600 Quality Control software module is used for medical exam QC and system management. The software is used to create or modify study information, correct patient demographic data, edit image order or workload settings, splitting or merging exams into a separate series or studies. This software is used to edit and or correct errors prior to archiving., 3, EA; LI 007: RA600 v8.0 Single Media Archive Seat License The RA600 v8.0 Single Media Archive software enables the RA600 software to create DICOM compliant CDs, DVDs, or other removable media disks containing DICOM image and report data. The Single Media Archive software features include: Information is written in DICOM Part 10 format to ensure compatibility with other DICOM systems. The software is capable of including reports from Centricity PACS, PACS broker, Medora RIS, and others. The software gives the user the option to include Centricity DICOM viewer on each disk. Then the DICOM image and structured report data to be viewed on any current Windows PC running IE 5.5 or higher. The software includes an archive index tool to keep track of media. The master volume and study index are stored on the workstation, 1, EA; 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, VHA NCO 07 - 521 - Birmingham, AL 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. VHA NCO 07 - 521 - Birmingham, AL 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/VA247-13-Q-0836-02/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03100274-W 20130628/130626235205-a85c3d2231edf6a4e97791cc9e5615e6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.