Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

65 -- Ultrasound Central Line Placement

Notice Date
6/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RQ-0261
 
Response Due
6/11/2008
 
Archive Date
7/11/2008
 
Point of Contact
Suzanne AngeloContracting Officer
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotations will not be issued. (ii) The reference/solicitation number is VA-263-08-RQ-0261 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a purchase order. Responses to this Request for Quotation are not offers are from which an award can be made. Instead, to establish a contract, the Department of Veterans Affairs (the "VA") must make an offer that can be accepted by the contractor. The contractor can accept the government's offer by (1) a signed written acceptance of the government's offer or (2) by substantial performance in compliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-25. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 334510 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of two (2) line items: Line Item 0001: Ultrasound Systems (i.e., scanner), which is specifically designed to provide real-time ultrasound guidance for central line placement. The scanner shall include but is not limited to the following features: 5 to 10 MHz Linear Transducer Probe, Keyboard, Combination AC Adapter/Battery Charger, 2 Single Needle Guide Kits, IFU. Qty: 2 ea; Line Item 0002: GCX Full Nursing Stand with Auxiliary Battery. Qty: 1.The vendor shall provide details of standard warranty. The manufacturer's factory-trained field service personnel shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after MVAMC authorized personnel have accepted the products deliver, installation, and functionality. In addition, vendor shall indicate availability and cost of extended parts warranty options. The vendor shall provide trade-in values (or other promotional iniatives) for two existing units.(vi) The Department of Veteran Affairs has the need for a replacement system to provide real-time ultrasound guidance for central line placement at The Minneapolis VAMC. (vii) Delivery and acceptance of deliverables shall be FOB destination within 30 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417; the training will take place at the VA Medical Center. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Suzanne Angelo, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. In submitting quotations, please provide a description of training. Quotations must also include the following: (a) Biomedical Technical Training. The vendor shall provide technical training for maintenance and service for biomedical engineering personnel to include factory service training courses (If Applicable). Training shall include tuition, hotel, meals, and travel expenses. Vendor shall provide any special service tools and/or test equipment comparable with that provided to the OEM's service personnel. (b) Service and Operator Manuals. The vendor shall provide the following documentation for the proposed system: 1.Two copies of the Operator's Manual. 2. Two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists. (c) On-Site User Training. Clinical-User Training-The vendor providing the system will be responsible for training all clinical users on their application and use. The vendor prior to and at the time of installation shall provide staff education at the MVAMC. On-Site or "Go-Live" training shall be a minimum of 30 hours. A clinical education professional shall administer the training. Education curriculum must include, but is not limited to the following: Operations and set-up, User maintenance, Safety, User Troubleshooting and Tips. (d) Other purchase considerations include: Construction Quality: 1. The equipment should have no sharp edges. 2. All external components should be securely mounted. 3. The equipment should be secure and provide adequate protection against moving and electrically energized parts. 4. The equipment should be well constructed with durable materials to withstand typical abuse and cleaning. 5. Switches, knobs, and other controls should be designed for conditions of heavy use. 6. Connections should be secure to resist accidental disconnection and should maintain sterility, when appropriate. Controls: 1. The controls (e.g., switches, knobs) should be visible and clearly identified, and their function should be self-evident. 2. Device design should prevent misinterpretation of displays and control settings. 3. Switches and controls should be protected against accidental setting changes (i.e., due to someone brushing against the panel). 4. Controls should be sealed against penetration of liquids. Labeling: 1. Labels and markings should be clear and legible. 2. Labels and markings should be durable enough to withstand routine cleaning and normal wear. 3. Appropriate warning labels should be provided on the equipment. Ease of Use: 1. The equipment should be simple to use, operate, and maintain. 2. Abbreviated operating instructions should be included on or with the equipment. 3. The equipment should be easy to clean, disinfect, and/or sterilize, as appropriate. 4. The equipment should be designed to provide easy access to serviceable parts.(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following Information will be used to evaluate offers: (a) General system offering - functional capabilities and technical performance. (b) Human factors design - ease of use, intuitive operation, capabilities, and workflow efficiencies. (c) Past performance (d)Anticipated reliability and serviceability (e) Training Plan (f) Price Technical capability and past performance when combined, are more important than price. Alternative Proposal(s) - It is recognized that each vendor's product line may differ from these specifications. As such, vendors are free to propose alternatives from these specifications. It is required, however, that, whenever an alternative from these specifications occurs, the proposed item meets or exceeds the specified characteristics or level of performance. The vendor shall identify each product line item that differs from the specification. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.239-1 Privacy or Security Safeguards (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE TUESDAY, June 11, 2008 by 3:30 p.m. central standard time. (xvii) Submit quotation by mail to - Suzanne Angelo, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 138, One Veterans Drive, Minneapolis, MN 55417. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Bridget Purdy at suzanne.angelo@va.gov for more information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e6b12e27979d4bb2f5ecdccab6cbb7c&tab=core&_cview=1)
 
Place of Performance
Address: One Veterans Drive;90C;Minneapolis, Minnesota
Zip Code: 55417
 
Record
SN01586896-W 20080606/080604220351-1e6b12e27979d4bb2f5ecdccab6cbb7c (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.