Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
DOCUMENT

66 -- Portable Ultrasound Console - Attachment

Notice Date
6/1/2016
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contract Organization East(PCOE);323 North Shore Dr.;Washington DC 20002
 
ZIP Code
20002
 
Solicitation Number
VA26816Q0106
 
Response Due
5/20/2016
 
Archive Date
6/4/2016
 
Point of Contact
Bridget Kornish
 
Small Business Set-Aside
Total Small Business
 
Description
Cancellation Notice: 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA268-16-Q-0106. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. 1.0 CONTRACT DESCRIPTION AND REQUIREMENT The Atlanta VA Medical Center has a requirement to purchase a portable ultrasound system to conduct a vascular study of human physiology research in Veterans. A Firm Fixed Price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror's best terms for cost/price and technical capabilities of the required GE NextGen Logiq e R7 or equal equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS The system that we are requesting is necessary for the aforementioned vascular physiology study in Veterans. This purchase will be on a brand name or equal basis and shall include the NextGen LOGIQ e R7 ultrasound console, Follow-Up Tool SW option, wide band linear transducer probe, wide band convex transducer, carrying case, cart and all requested add-ons, shipping cost, installation cost, and training of all systems. 1.3 Product Capabilities & Salient Characteristics or equal 1. L4-12 Linear "Button" Probe: Control the ultrasound system directly from the probe. This allows us to control the ultrasound system directly from the probe itself without having to move to the keyboard. 2. Engineering in the ultrasound that allows for raw data imaging and includes capabilities of manipulation, measurements and commenting on saved images post exam. 3. Follow Up Tool w/ Fusion. This tool allows us to view a live image and compare it to a saved image from previous study visits. The tool replicates the same position for follow-up studies with more accuracy and precision. 4. Onsite troubleshooting services and training for the research team that operates the system. 5. "Hide" button that allows patient data to remain confidential. If service is performed in-house, there is a hide button to protect patient data from being exposed to the service technician or any unauthorized user. If the system is sent into the repair center, then the patient data is backed up onto an external USB and erased from the system and subsequently reloaded upon return of equipment. 6. Loaner system offered to client in all instance of maintenance and repair. This loaner system prevents any potential lapse in research progression. 7. Customizable features and settings for imaging purposes. 8. Anatomy-specific customized preset 9. Windows 7 10. 90GB Static State Hard Drive. 11. Enhanced Needle Visualization software The product capabilities and salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. FAR provisions and clauses apply to this solicitation. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Evaluation Factors for Award: Factor 1- Technical Capabilities, must meet or exceed all requirements Factor 2- Past Performance Factor 3- Price Offerors must notify Contracting Specialist, Millicent Covert, at millicent.covert@va.gov with any questions regarding this Synopsis/Solicitation NLT May 17, 2016, by Noon EST. All responses to questions will be posted by way of amendment to this combined Synopsis/Solicitation NLT May 18, 2016. Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation #VA268-16-Q-0106 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date NLT May 20, 2016, Noon EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/231570c2d9dcdb1398d9a18cba455270)
 
Document(s)
Attachment
 
File Name: VA268-16-Q-0106 VA268-16-Q-0106_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2768978&FileName=VA268-16-Q-0106-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2768978&FileName=VA268-16-Q-0106-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04135058-W 20160603/160601235141-231570c2d9dcdb1398d9a18cba455270 (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.