Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2006 FBO #1579
SOLICITATION NOTICE

J--J -- Maintenance Services - Nuclear Medicine Camera

Notice Date
3/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-095-06
 
Response Due
3/31/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
N/A
 
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. The solicitation no. is 541-095-06 and is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio, plans to award a firm fixed-price contract for full service maintenance of one (1) Nuclear Medicine Camera located in the medical center?s Nuclear Medicine Department. This Picker IRIX Triple Head Camera system includes camera, color printer, computers, detectors, collimators, CRT?s, network communication hardware/software, MiniCap, and associated assemblies. Labor and travel expenses are included. Costs of parts and repairs are included. Any exclusion must be submitted in writing by proposal submission close date. Contractor shall perform four (4) Preventive Maintenance inspections per year. They must hold Customer Service Documentation license and Customer Service Diagnostic Software license on Picker IRIX Cameras and provide proof of such. The Contractor must be able to provide not more than a 24-hour response time for repair. Contract period will be for one (1) year, from April 1, 2006 through March 31, 2007. Line item shall include the following: (1) Full Service Maintenance on Picker IRIX Triple Head Camera, VA ID# 47444, including color printer, computers, detectors, collimators, CRT?s, network communication hardware/software, MiniCap, and associated assemblies. Services will be performed in Nuclear Medicine Service at the Wade Park Unit, Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, Ohio 44106. All associated parts/materials shall be designed F.O.B. Destination. Service shall be scheduled through Chief, Biomedical Service. Invoices shall be sent to FMS, P.O. Box 149971, Austin, Texas 78714. The Government shall award a firm fixed-price contract to the responsible offeror whose offer conforms to the solicitation and reflects the best value to the Government, price and other factors considered. The following evaluation factors in descending order of importance shall be used to evaluate offers: (1) Technical; (2) Past Performance; and (3) Price. Award will be based upon Best Value criteria, with a combination of technical and past performance being greater than price. The following may apply to this procurement: The provision at 52.212-1 Instructions to Offerors--Commercial Items (delete e and h); the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation; the clause 52.212-4, Contract Terms and Conditions-Commercial Items; the clause 52.215-5 Facsimile Proposals {440-838-6052 is inserted; the clause VAAR 852.237-70 Contractor Responsibilities, the clause VAAR 852.270-1 Representatives of Contracting Officer, the clause VAAR 852.270-4 Commercial Advertising. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this order, including the following clauses: 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 with Alt I, 52.225-13, 52.225-16, 52.232-34, 52.222-41, 52.222-42 (equivalent to position: Biomedical Engineer, GS-9), and 52.222-47. All references to the VAAR and the FAR may be accessed at http://www1.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar801.htm and http://farsite.hill.af.mil/. All offerors shall submit the following: (1) Technical description and/or product literature of the ?Equal to? offer; (2) Three references, to include contact information, agency, contract number, period of performance, and dollar value; (3) Licensure documentation; (4) Price Quote; and (5) A completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items or a note within your proposal that you are ORCA-registered. Contractor must be registered on CCR and ORCA (see website www.bpn.gov.) All offers shall be sent to Nancy Phares via E-mail nancy.phares@med.va.gov or Fax 440-838-6052. For additional information, call Ms. Phares at 440-838-6078--no collect calls will be accepted. Submission must be received by 3 p.m. EST on March 31, 2006.
 
Place of Performance
Address: 10701 East Boulevard, Cleveland, Ohio
Zip Code: 44106
Country: United States
 
Record
SN01012230-W 20060324/060322212132 (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.