Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
DOCUMENT

65 -- 671-17-2-039-0257 GE Healthcare MARS Upgrade (VA-17-075425) - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25717Q1459
 
Response Due
9/16/2017
 
Archive Date
10/16/2017
 
Point of Contact
Susan Flores
 
E-Mail Address
Flores2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Request for Quote (RFQ): VA257-16-Q-1459 674-17-2-039-0257 Sir/Ma am, a.       The Government intends to issue a Request for quote for the following item to the responsible contractor whose quote, conforming to the solicitation, is considered the Lowest-Priced-Technically-Acceptable (LPTA) offer.   Award may be made on an all or none basis.   The following factors will be used to evaluate quotes: 1)       Technical Acceptability Technical capability ratings reflect the evaluator s confidence in each quoter s product, as demonstrated in its submission, to meet the salient characteristics set forth in this RFQ. Contractor must be in good standing and meet small business (SB) and/or service disabled veteran owned small business (SDVOSB) requirements. Have  an active System for Award Management (SAM) are respectively under DUNS numbers; are NOT in the Excluded Parties List System (EPLS); and are NOT listed on the List of  Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. 2)       Past performance In good standing and eligible to receive an award 3)       Price- (Price will be reviewed to determine fairness and reasonableness) b.       Basis for Award:   Award decision will be based on the lowest evaluated price from the responsible offeror whose quote was responsive and found technically acceptable.   The Government intends to make Award on an all or none basis to the lowest priced technically acceptable offeror. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract with or without informal discussions. Therefore, each initial quotation should contain the offerors best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct informal discussions if it is later determined by the Contracting Officer to be necessary. Technical and past performances, when combined, are less important than price. Please review attached Statement of Work. Vendors are asked to please provide negative responses and referenced as No Bid.   Please respond by, 09/16/2017 11:00 ARE. CST.   Your assistance is appreciated.   Vendors are asked to please provide negative responses and referenced as No Bid Item Item Number Description QtY Unit Price Extended Price 1 2082669-001 MARS V8 1     2 2082669-006 MARS V8 ATO MODEL 1     3 2082669-016 MARS GLOBAL 1     4 2047314-057 ST Measurement Algorthm Option 1     5 2047314-058 QT Measurement Algortihm Option 1     6 2082669-029 SEER 1000 1     7 2068121-001 SEER 1000 1     8 2067634-003 Seer 1000 Recorder kit, 3 day with mars, 7day with cardiology 8     9 2067634-020 Holter leadwire set, Seven Leadwire, three channel, 105 cm (41 IN) AHA 105 CM (41 IN), AHA 1     10 2067634-165 USB Download Cable PC App and Bluetooth Kit 8     11 2067634-022 Seer 1000 Language Kit, English 1     12 202-786196 Mars Clinical Training Kit 1     13 2003565-034 3 Days on site Mars Applications training Includes transportation meals and Hotel for Trainer 1     14 2018038-001 Installation of Mars at Main Facility 1     15 2059019-001 Mars V8 Project Management ( Office, Client or Software Points Release Updates) 1     16 2047314-018 Mars Client Workstation: OPTIPLEX 3030. Windows 7 Professional 64 bit ( includes Window 10 Pro License) 4 gb Single channel DDR3L 1600 MHZ, monitor 1     Name of Equipment: General: GE Holter Monitor System that we currently use is outdated. Occasionally, we have to reboot the system to download monitors and we only have four monitors to place on patients. It is hard to schedule and accommodate patients with only four monitors. Applying the right solution at the right time can help avoid the tragedy of sudden arrhythmic death. The MARS Ambulatory ECG system helps identify which patients are at higher risk, allowing the staff or clinicians to take action while there is time. The MARS Ambulatory ECG- Holter system captures and stores every heartbeat of the patient. The SEER Light and SEER Light Extend are GE s smallest and lightest ambulatory ECG recorders. They are packed with high-tech features and designed for reliability, durability and patient comfort and convenience. The patients will get 24 hours of 2-3 channels of full disclosure ECG with pacemaker detection with SEER Light and 48 hours with SEER Light Extend. This equipment is requested for the Kerrville EIL 206K. Description of work: Communicate the government s minimum requirements of a job. Broad, non-technical terms should be used. The test of a good SOW is what it produces. It should leave the government satisfied with the end product or services. Item will be delivered to the warehouse at: Kerrville VA Medical Center 3600 Memorial Blvd. Kerrville, Texas 78028 for inspection by Biomedical Engineering. The item will then be delivered to the Cardiopulmonary Services floor of Kerrville VA Medical Center and installed by trained installers. Hours of Performance: Delivery to occur between 8:00 am and 4:00 pm during non-Federal Holidays. Technical Requirements: This section describes exactly what the government wants. The only acceptable make, model, and brand for this requirement is a new (not refurbished or rebuilt) item. Quantity Required: 8 Check in Requirements: N/A Period of Performance: N/A Place of Performance: Item will be used in the Kerrville EIL 206K at the Kerville VA Medical Center. Contracting Officer Technical Representatives: Prior to contract award, the Contracting Officer shall coordinate with the COR the acceptability of the proposals to ensure that all technical requirements are fully satisfied for the agency requirements. Once a selection has been made, the COR will ensure acceptable delivery and receipt of the item. Information Technology Security Requirements: The item will only be delivered to Kerrville by the representatives of the Vendor. This system will require use of VA information systems: No Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Records Manager: There will be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Invoicing: Payment to be made monthly in arrears by certified invoices and must contain the contract number in addition to the requirements detailed in 52.212-4 (G) to be considered valid. All invoices shall be submitted to the VA Financial Service Center. All invoices will reference the purchase order number assigned to the contract. Billing address: VA FSC PO Box 149971 Austin, TX 78714
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q1459/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-1459 VA257-17-Q-1459.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798297&FileName=VA257-17-Q-1459-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798297&FileName=VA257-17-Q-1459-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04679831-W 20170917/170915231448-e5fabd9219fd43b539cf37bf612af0a9 (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.