Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868

Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC 20422

65 -- TRANSCRANIAL DOPPLER SYSTEM SOL RFP 688(CSC)5-97 DUE 070197 POC Hazel A. Frnace, Contracting Officer, (202) 745-8660 Invitation for Bid #688(CSC)5-97 is a combined synopsis/solicitation for commercial items for the Veterans Affairs Medical Center in Washington, DC prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information in this notice (SIC code 3841). This annoucement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT BE ISSUED. Contract award is subject to the availability of funds. Contractors shall furnish and install one (1) Transcranial Doppler System -- Pioneer TC2020 (brand name or equal) under the terms, conditions, provisions and the schedule of this solicitation. The items are to be delivered F.O.B. destination to the Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC. DESCRIPTION OF SUPPLIES/SERVICES-Offerors shall provide pricing on the following items, quantities, stock# and brand name (or equal) items. [1] Pioneer TC2020-Two Channel Doppler System (includes the following:Intel Pentium Processor, Sound-Trak Digital audio saving software, uni-port probe connectors, remote control unit, keyboard, minimum of 1.2 GB hard drive, minimum 8 mybyte RAM, 3.5" floppy diskette drive, diagnostic software module, probe holder, DOS version 6.22, operators manual, aquasonic conductive gel,stero headphones),[2] one (1) each 2 MHz diagnostic transducer, [3] 15" super VGA high resolution color monitor, [4] one (1) EME Pioneer cart with isolation transformer, [5] one (1) each unilateral monitoring software, [6] one (1) IMP monitoring fixation plate with monitoring transducer, [7] one (1) HP DeskJect color printer, 600 series, contractor training of designated government employees (includes airfare, meals, lodging and tuition), shipping and one full year on parts and labor. 852.120-77 BRAND NAME OR EQUAL. (NOV 1984)(Note: as used in the clause, the term "brand name" includes identification of products by make and model.)(a) items called for by the IFB have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bidders "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bid and are determined by the Government to meet full the salient characteristics/requirements listed in the IFB. (b) Unless the bidder clearly indicates in his bid that he is offering an 'equal' product, the bid shall be considered as offering a brand name product referenced in the IFB. (c)(1) If the bidder proposes to furnsih an "equal" product, the brand name, if any, of the product to be furnished shall be inserted next to the line item number of the brand name product provided in the Invitation for Bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnished as a part of his/her bid all description material (such as cuts, illustrations, drawings or other information)necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the IFB, and (ii) establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the IFB, he/she shall: (i) include in his/her bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) modifications proposed after bid opening to make a product conform to be brand name product referenced in the IFB will not be considered. The contractor shall notify the government within 3 workdays of any notification by the manufacturer or any removal, recall or modification of supply required under the contract. Bidders must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its bid. The following incorporated provisions and clauses are those in effect through FAC 90-46 and are applicable to this acqusition; 52.212-1, Instructions to offerors -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3, Convict Labor(E.O11755) and 52.233-3, Protest After Award. The Contractor agrees to comply with the following FAR clauses which are incorporated by reference and are applicable to acquisitions or commercial items or components; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I;52,203-10 Price or Fee Adjustment for Illegal or Improper Activity;52.216-21, Requirement,52.217-5, Evaluation of Options, 52.212-10 Delivery of Excess Quantities, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-11 Extras, 52.232-17 Interest, 52.232-25 Prompt Payment, 52.232-28 Electronic Funds Transfer Payment Methods, 52.246-2 Inspection of Supplies-Fixed-Price, 52.246-16 Responsibility for Supplies, 852.210-72 Inspection, Rejected Goods, 52.212-13 Stop Work Order, 52.247-34 F.O.B. Destination, 52.225-3 Buy American Act -- Supplies; 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-17, Buy American Act -- Supplies Under European Community Sanctions for End Products; 52.225-18, European Community Sanctions for End Products; 52.225-19, European Community Sanctions for Services; 52.225-21 Buy Amercian Act -- North American Free Trade Agreement Implementations Act -- Balance of Payments Program. All bid prices and information regarding this procurement must be received on company letterhead, in a SEALED ENVELOPE -- noting bid response to Invitation for Bid No. 688(CSC)5-97 is enclosed. All envelopes shall be addressed to Hazel A. France, Contracting Officer (90c), Room 1B-112, VISN 5 Contracting Service Center, VA Medical Center, 50 Irving Street, NW, Washington, D.C. 20422. Bid opening is at 2:00PM EST, 7/1/97. FAXED bids will not be accepted. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0294 19970617\65-0005.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page