Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

65 -- Mobile Angio Lab

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-866-04MG
 
Response Due
9/15/2004
 
Archive Date
10/15/2004
 
Point of Contact
Point of Contact - Monica Griffin, Contract Specialist Intern, Ph: (562) 826-5545, Fx:(562) 826-5828, Contracting Officer - Monica Griffin, Contract Specialist Intern, Ph:(562) 826-5545, Fx:(562) 826-5828
 
E-Mail Address
Email your questions to Monica Griffin
(monica.griffin@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a lease and maintenance agreement 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. Provisions and clauses are incorporated through Federal Acquisition Circular 01-24. This procurement is utilized as full and open competition. The solicitation number for this Request for Quotation is RFQ600-866-04MG. The North American Industry Classification System Code (NAICS) is 532490. SCHEDULE OF SUPPLIES/SERVICES: The VA Long Beach Healthcare System requires provision and installation, as rental equipment, of a peripheral Vascular Angiography mobile lab, GE brand name or equal equipment, for a rental period of five (5) months. Salient characteristics of equipment components are as follows: 1. X-Ray System: GE Advantx LCV+ Single Plan: (a) Three Axis Cardiovascular Imaging Gantry C-Arm Rotation +-115 Degrees, C--Arm Pivot +-45 Degrees, L-Arm Rotation +=90 Degrees, Motorized Control Smart Handle w/Variable Speed. (b) MX150 Water Cooled X-ray Tube (1,950,000 Heat Capacity Storage, 0.3 _1.2mm Focal Spots). 2. X-Ray Generator: GE Advantx (a) Automatic Brightness Control Circuitry Adjusts mA, Pulse Width, KVP, Video Gain and Servo Iris Automatically. (b) Pulse Fluoroscopy. (c) Extended Dynamic Range Anti-Blooming Circuitry-EDC. (d) Automatic Gain Control-AGC. (e) Auto Protocol for Technique/Storage/Selection. (f) Primicon Pick-Up Tube w/High Dynamic Range/Resolution. (g) Digital Subtraction Angiography. (h) High Speed Spin Acquisition - (1) Allows Acquisition of Multiple Images in Multiple Projections with a Single Contrast Injection. (2) Angle Triggered at any angle of the L-Arm. (3) Capable of 15 to 30 Degrees per second). (i) Peripheral Bolus Chasing - (1) Total User Control of the table speed. (2) Lower limb kit includes ridge filters, leg immobilization and beam attenuation device). 3. Imaging System: (a) Four Field F+ Spec Image Intensifier Optimizes for Coronary Arteriography-12/9/6/4. (b) Digitally Controlled Video/Image Intensifier. (c) Two 20_ GE TV Monitors w/EDR Circuitry Shelf Mounted for Procedure Room. (d) One 15_ 525/625 Line Monitor for Control Room. 4. Table: Omega IV Angio Table- (a) 132_ Tabletop. (b) Patient Weight Limit of 350. (c) 4-way float w/ longitudinal power assist. (d) Wheel-chair and Stretcher capability. (e) Height Adjustable. (f) Two Arm Supports. (vii) Brachial approach arm board. 5. Digital System: GE DLX-A 1024 Digital. (a) Quantitative Software-LV Ejection Fraction & Coronary Stenosis (b) Quantitative Software-Stenosis Analysis. (c) Edge Enhanced Fluro. (d) Peak Opacified Roadmap. (e) 16,000/4000 (5123/1024) Image Storage. (f) 5 _ 30 (512/1024) FPS. (g) Infrared Remote Control for Image Review. 6. Archival System: GE GEMnet-CRS-PC+: (a) Remote Review & Processing Capability. (b) Image Storage of 512 to 1024. (c) Quantitative Software-LV Ejection Fraction & Coronary Stenosis (d) DICOM Read & Write. (e) High Resolution Monochrome FPD Monitor (f) Internal Storage for up to thirty-two patient studies. 7. Physiological Monitoring System that includes one of the following: (a) Quinton Q-Cath, (b) Witt Biomedical Series IV, (c) GE Mac Lab, or (d) Siemens Cathcor. 8. Full Coverage Maintenance and Repair Service NOTE: If offer provides for _equal_ equipment, equipment specifications must accompany offer to support technical equivalency of offered equipment in relation to salient characteristics of brand name equipment described herein. PRICING: For ordering/invoicing, there shall be only two line items in the resultant contract: Line Item 1: Monthly Rental Rate _ this shall reflect a single price for one month for the composite system described in the Schedule of Supplies as items 1 through 7, to include the trailer or similarly mobile platform. This rate shall not fluctuate from month to month, but may be prorated in the event of a partial month of system use. Line Item 2: Full Service Agreement Monthly Rate _ this shall reflect coverage as described below. INSTALLATION, MAINTENANCE AND REPAIR SERVICE SPECIFICATIONS: The contractor shall install and transport the mobile Angiography lab to and from the VA Long Beach Healthcare System. After award of the mobile unit, the contractor shall provide planning assistance and specifications for _pad_ construction, proper site location, electrical requirements, telephone, water, data links, etc. Contractor shall provide all emergency service to include parts and labor, and preventive maintenance as recommended by the original equipment manufacturer (OEM) specifications. PM Inspections (PMI) shall be scheduled in collaboration with the COTR. Maintenance and repair specifications are based on manufacturer-recommended service and PM procedures/schedules, as well as on medical utilization of specified equipment. Performance verification shall be accomplished at conclusion of every Preventive maintenance and Emergency repair event. Performance testing results following PM or ER procedures affecting equipment calibration status shall conform to established performance criteria for that equipment. Each PM or ER event shall include inspection for internal/external causes of medical and electronic problems including wear, misalignment, maladjustment, damage or other malfunctions with respect to manufacturer specifications; inspection for electrical safety and fire hazards; equipment cleaning and lubrication as required; repair or replacement of all defective components necessary to conform to equipment specifications; calibration or standardization of equipment, as required; testing for proper operation of entire system and subsections; and documentation of proper equipment function/performance. Service technician shall legibly document findings of problems, corrective action, and performance verification on both Field Service Report and Equipment Maintenance Log. Service Technician shall document and report to the COTR any unsafe conditions or signs of misuse or negligence concerning this medical equipment. In the event of equipment failure the contractor shall respond to the initial notification within two (2) hours. Contractor repair technician(s) shall be on-site within four (4) hours of the initial notification. Repairs shall be completed within 24 hours of initial notification, or at the discretion of the Contracting Officer_s Technical Representative (COTR), by 4:00 p.m. the following day. If the unit fails to perform for more than 48 hours, the Contractor shall rebate the cost at a prorated daily amount for each day the unit fails to perform at it_s intended performance level. Replacement parts shall be billed on invoice as NO CHARGE items. GOVERNMENT FURNISHED FACILITIES, SERVICES, SUPPLIES AND EQUIPMENT a. Utilities: The required water, electric and drain connections will be available for connection. (Contractor shall make all final connections, providing all adaptors or converters as needed.) b. Services: The Long Beach VAMC shall provide all Cardiac Cath Lab personnel, ancillary personnel services required for performing services, including clerical, medical assistants, laboratory technicians and nursing personnel, as well as interpretations, consultations, protocols, and guidance for variations in protocols required for the patient_s condition. c. Supplies: The Long Beach VAMC shall supply all CD, contrast, syringes, needles and other consumable items in relation to this contract. PLACE/PERIOD OF PERFORMANCE: Mobile lab is to be delivered to The Department of Veterans Affairs Long Beach Healthcare System, 5901 E. Seventh St. Long Beach, CA 90822. Delivery of angio-lab must take place by October 1, 2004. Rental period will start on date of delivery. Projected duration of use is three (3) to five (5) months resulting in and end date on or before February 28, 2005), SITE VISIT: tentatively scheduled September 10, 2004. Interested parties shall meet at the Network Business Center Bldg #149 at 9:00 a.m. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (MAY 2004). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (Aug 1999), 52.212-1, Instruction to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items (October 2003); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (JUNE 2004). In paragraph (b) of 52.212-5 the following apply: 52.222-3 Convict Labor JUNE 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUNE 2004), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.225-1Buy American Act-Supplies (JUNE 2003), 52.232-30 Installment Payments for Commercial Items (OCT 1995), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.217-8 Option to Extend Services (NOV 1999), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-18 Availability of Funds (Apr 1984), and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984),). (In addition, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 1998), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APRIL 1984); 852.270-1 Representative of the Contracting Officer (April 1984), and 852.270-4 Commercial advertising (NOV 1984). Facsimile offers are accepted at (562)-826-5828. FAR Provision 52.215-18, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Monica Griffin, Contracting Officer, 5901 E. Seventh Street. Long Beach, CA 90822. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror_s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1. Schedule of Prices: itemized list of system components that provides a line-item description of offered each component and associated unit price. 2. References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent systems. 3. Design/floor plans of unit and van/modular building. 4. Brochures on actual unit proposed (For equivalent equipment, must include component specifications). 5. Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (MAY 2004). 6. Company_s DUNS number. 7. Number of company employees. DEADLINE: Offers are due on September 15, 2004, 4:00, Pacific Time. Submit offers or any questions to the attention of Monica Griffin, telephone (562) 826-5545, fax (562) 826-5528, or email monica.griffin@med.va.gov. FOR EASIER TO READ FORMAT, SEE ATTACHED FILE.
 
Web Link
RFQ 600-866-04MG
(http://www.bos.oamm.va.gov/solicitation?number=600-866-04MG)
 
Place of Performance
Address: 5901 E. Seventh St. Long Beach, CA
Zip Code: 90822
Country: United States
 
Record
SN00660179-W 20040901/040831063859 (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 |
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.