Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2005 FBO #1341
SOLICITATION NOTICE

65 -- Image Management System Software for Nuclear Medicine Records Connectivity and Archiving to include delivery and installation.

Notice Date
7/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-T-0157
 
Response Due
7/29/2005
 
Archive Date
9/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. W91YTZ-05-T-0157 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is a total small business set aside. The Standard Indust rial Classification Code is 7372 and the small business size standard is $21.0M. The North American Industry Classification System Code is 511210. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement to Furnish and Install the NumaStore LC or equal Image Management System to include software, hardware, and installation as stated below, for providing a connectivity and ar chiving solution connecting nuclear medicine gamma cameras (makes: Philips, Picker, Skylight, SMV, Argus & Forte) to the WAMC DIN-Pacs networking system. The system must be compatible with the gamma camera listed. This system will also provide a single sou rce for transferring and archiving patient information and nuclear medicine studies. PERFORMANCE WORK STATEMENT ITEM 0001: NumaStore LC Image Management System or equal. This includes Software: DICOM C-Store Provider; Compression/Decompression; watermarks; tracking and reporting; auto-import; DICOM Part 10 DVD Writer and Part 10 DVD Reader, Auto-Pull; DICOM Q/R P rovider; DICOM Push; email notification; Auto forward to AGFA PACS; Microsoft Windows 2003 Server OS; Microsoft SQL 2000; pcANYWHERE remote control software; online help; DICOM communication w/nuclear medicine workstations. Rack Mount Computer System: 14 U Rack  allows expansion up to 4.5 TB; Compaq Proliant ML350 G4; Xenon. 3.2 GHz, 2 GB RAM 3.5 floppy drive; DVD-RW/CD-RW drive; 15 LCD monitor; (2) GB LAN adapters; 56K modem (2) 36GB HDD for OS; (4) 300 GB SCS1 HDD; RAID Controller 900GB total archive space avail in RAID 5 configuration; UPS battery back-up. Performance Package: Dual Xenon Processor; Dual Power Supply; Dual Fan kit; Additional GB RAM Disaster Recovery: HP Ultrium Series 3; 960 Tape backup for disaster recovery Documentation: Suppliers Installation and Troubleshooting Guide w/users manual Hardware and Software Warranty: Hardware HP 3 years 24x7, 6 hour response; Software: Suppliers minimum 3 year 9x5, 1 hour remot response 1 System Complete UNIT PRICE___________TOTAL AMOUNT__________. ITEM 0002: Additional Translation Module: Picker Odyssey DICOM to Pegasys, ADAC Pegaysis to DICOM. Computer System: HP mini-tower PC; Celeron 3.2 GHz, 256 MB RAM, 40 GB HDD; 2 network cards; windows XP; 15 LCD color monitor 1 System Complete UNIT PRICE___________TOTAL AMOUT____________. ITEM 0003: NUMALIST OR EQUAL DICOM MODALITY WORKLIST SOFTWARE UPGRADE. A system allowing the user to add worklist information to DICOM files. Software ability to perform a DICOM Query of the HIS/RIS, retrieve the worklist info and populate the DICOM header with the appropriate information. 1 System Complete UNIT PRICE____________TOTAL AMOUNT___________ ITEM 0004: AGFA PACS ADMINISTRATIVE FEE Per WAMC site contract with AGFA, there is a $2,500 fee assessed for adding a system to the AGFA network. ITEM 0005: SeeMor or equal viewing software packages to include: (2) SeeMor medical image display software for Windows w/DICOM (2) Hardware Packages: HP mini-tower PC; Celeron 3.2 GHz, 256 MB RAM, 40 GB HDD; 2 network carts; Windows XP; 19 LCD Color monitor; remote file transfer and remote diagnostics software configuration and testing. 2 Systems Complete UNIT PRICE_____________TOTAL AMOUT___________ Government to Provide: Network access for doctors to query the Offeror and Hospital PACS Requirements: Dedicated Modem lin e for remote service ITEM 0006 Installation and Training: Offeror to coordinate with Govt POC to prepare the site for installation. Offeror to submit with offer a schedule and their requirements for installation for minimul department disruption. Training shalll incl ude 2-6 hours of on-site application training to include and overview of the system functionality and operation; turn on/shut down operation; review of documentation and on-line help; basic troubleshooting; point of contact for tech support. Installation and Training UNIT PRICE_________TOTAL AMOUNT_______ ADDITIONAL SUBMISSIONS: Offers to provide info pertaining to the following: Installation; Training; Warranty; Product Service; Product Software Releases Shipment: Shipments shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-5000 FOB destination. Acceptance will be made by Womack Army Medical Center at destination. Government Point of Contact (POC)for this announcement: Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@na.amedd.army.mil The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52. 212-3. Offer Representations and Certifications-Commercial items, or confimation that Reps and Certs are registered in the ORCA data base, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal m ust demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be ev aluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performan ce records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists ba sed on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time , meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specifi ed services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer unless the offeror confirms the firm is registered in the ORCA database. (3) FAR 52.212-4, Contract Terms and Conditions (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (14) 52.222-3;(15)52.222-19;(16)52.222-21;(17)52.222-26;(18)52.222-35;(19)52.222-36, (20) 52.222-37; (23) 52.225-1;(24) 52.225-3; and (31)52.232-33. (4) DFAR 252.232-7003 Electronic Submission of Payment Requests (6) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email Sandra.Bulls@na.amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 29 JULY 2005 10:00 PM, EST. For te chnical questions, Government Point of Contact is Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Center Womack Army Medical Center Contracting Cell, Bldg 4-2817 Reilly Rd Fort Bragg NC
Zip Code: 20310
Country: US
 
Record
SN00856031-W 20050729/050727212357 (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.