Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

J -- Maintenance for Pinnacle Radiation TreatmentPlanning System

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-06-RP-0121
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
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 VA-541-06-RI-0069 and is issued as a Request for Proposals. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio, plans to award a firm fixed-price contract for full service maintenance of one (1) Pinnacle Radiation Treatment Planning System located in the medical center's Radiation Therapy Department, Wade Park Unit. Site number for server is 509426, Sunblade 2000; for client site number is 509427, Sunblade 2000. Contract period will be for one (1) base year and three (3) option years, from October 1, 2006 through September 30, 2010 (if all option periods are exercised). Line item shall include the following: CLIN 0001, Silver level customer service maintenance on Pinnacle Radiation Treatment Planning system, to include the following: (1) Labor and travel from 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding holidays; (2) Not more than 2-hour priority telephone response; (3) Clinical and technical telephone support: (4) Priority service response; (5) Priority parts delivery; (6) Preferred rates for labor and travel outside coverage hours; (7) Parts coverage, excluding consumables; (8) Remote access diagnostics; (9) Discounts on future upgrades of operating system and application software. Any exclusion must be submitted in writing by proposal submission close date. Contractor must be licensed as a service provider for this system and provide proof of such. Services will be performed in Radiation Therapy Department at the Wade Park Unit, Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, Ohio 44106. All associated parts/materials shall be designated 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; (2) Three references, to include contact information (telephone number and E-mail address), 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 in 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 4 p.m. EST on September 25, 2006.
 
Place of Performance
Address: 10701 East Boulevard;Cleveland, OH
Zip Code: 44106
Country: USA
 
Record
SN01142079-W 20060915/060913220723 (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.