SOLICITATION NOTICE
65 -- Home Based Telemonitoring Systems
- Notice Date
- 5/14/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 4100 West Third Street, Dayton, Ohio 45428
- ZIP Code
- 45428
- Solicitation Number
- 552-32-04
- Response Due
- 6/14/2004
- Archive Date
- 7/14/2004
- Point of Contact
- Point of Contact - Jodi Cokl, Chief, Acquisition Management Section, Ph: (937) 262-3388, Fx:(937) 267-7663, Contracting Officer - Jodi Cokl, Chief, Acquisition Management Section, Ph:(937) 262-3388, Fx:(937) 267-7663
- E-Mail Address
-
Email your questions to Jodi Cokl
(jodi.cokl2@med.va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation RFQ 552-32-04 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. NAICS Code 423450, 100 employees? small business size standard applies. This solicitation is being set aside for small business. Items will be purchased and delivered to five different medical facilities within the VA Healthcare System of Ohio, VISN 10. They include the Dayton VAMC Warehouse, 4100 W. Third St., Dayton, Ohio 45428, Cincinnati VAMC Warehouse, 3200 Vine Street, Cincinnati, Ohio 45220, Chillicothe VAMC Warehouse, 17273 State Route 104, Chillicothe, Ohio 45601, Columbus VA Outpatient Clinic Warehouse, 543 Taylor Avenue, Columbus, Ohio 43203, and the Louis Stokes VAMC Warehouse, 10000 Brecksville, Brecksville, Ohio 44141. Prices shall be submitted for the following: 1) 90 ? 100 remote home-based telemonitoring systems (HBTS) consisting of an in-home appliance that enables patient to provide data associated with patient condition to caregiver via existing telephone service into an accessible, secure database that meets VHA standards. HBTS should be compatible with the peripherals already in use at the VA (i.e. Glucometer, Pulse Ox, Weight Scale, Weight Scale, etc). 2) Warranty period of one year, including parts and labor. 3) Operators manuals (2 per unit) and 4) Service Manual containing parts lists, schematics, and wiring diagrams (one per unit). Price is to include shipping, set up installation, training, software, hardware, warranty and support services necessary to obtain full operational value. The VA intends to expand its usage of these telemonitoring systems to other clinical telehealth areas in the future; therefore, the VA will have the option to purchase up to 850 more within one year, at the prices submitted. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offeror-Commercial Items, 52.212-2, Evaluation ? Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items with (b) (1),(5), (7), (9),(15),(16),(17),(18),(19),(21),(22), and (31), (32), (33) checked. FAR 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, VAAR 852.233-71 Alternative Protest Procedure and VAAR 852.270-4 Commerical Advertising also apply to this solicitation. Quotes will be evaluated on the following criteria in descending order of importance: technical capability of equipment and service, price, and past performance. Technical and past performance, are significantly more important than price. At a minimum, offerors shall a) have an existing data server within the VHA firewall; and b) agree to terminate delivery/service at no additional charge with 30-day notice from the government. Offerors will be required to demonstrate their products at a VISN wide conference, according to a schedule set in the future by the Contracting Officer. Award will be made to the offeror whose product meets the requirements listed above and is most advantageous to the Government. The Government intends to evaluate the information received and award without discussions. Offers including the pricing information are to be submitted on company letterhead and include the information required in provisions 52.212-1, a completed copy of the provisions 52.212-3 Offeror Representations and Certifications-Commerical Items, literature/brochures on proposed equipment, past performance reference contacts, pricing structure, verification of CCR Registration, and the company DUNS number. Electronic copies of the referenced provisions and clauses are available on the internet at www.arnet.gov/far and www.va.gov/oamm/vaar/. Quotations and all required information must be received by 4:30 PM, on June 14, 2004. Quotations and/or questions shall be submitted to Bob Ivey, Contracting Specialist, VA Medical Center, 4100 W. Third Street (90C), Dayton, Ohio 45428. Faxed quotations are acceptable and may be faxed to (937) 262-5974. Solicitation number RFQ 552-32-04 must be listed on all documents for identification purposes. Offers not prepared in accordance with this notice may not be considered. See numbered note 1.
- Web Link
-
RFQ 552-32-04
(http://www.bos.oamm.va.gov/solicitation?number=552-32-04)
- Place of Performance
- Address: 4100 W. Third Street, Dayton, OH
- Zip Code: 45428
- Country: United States
- Zip Code: 45428
- Record
- SN00586211-W 20040516/040514211912 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |