SOLICITATION NOTICE
65 -- HOLTER SYSTEM
- Notice Date
- 8/13/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- HOLTERSYSTEM
- Response Due
- 8/15/2008
- Archive Date
- 10/1/2008
- Point of Contact
- Richard Bush, Phone: 702-652-9573
- E-Mail Address
-
richard.bush2@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This requirement is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 423450. The size standard for a small business under this NAICS code is equal to or less than 500 employees. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a commercial purchase. Quotes shall be brand name or equal and include product literature. The requirement is for (1) each Holter System similar or equal to Mars v7 Holter System and accessories. Please include One Day of in-service training and installation. The system should be based on an Intel PC platform with Microsoft Windows 2000 operating system The minimum hardware specifications are: Intel Pentium 4, 2.8 GHz processor, 80 Gigabytes and 7200-RPM hard drive The system should be capable of acquiring ECG data for quantitative Holter analysis from analog tapes and digital real-time recorders The system should be capable of acquiring digital ECG data from PCMCIA and Compact Flash memory cards The system should be designed for easy "point and click" operation using an opto-mechanical mouse The system should include an internal CD-RW drive (48X) to archive patient data and final patient reports The system should include a floppy drive to archive final patient reports The system should provide software activator codes for purchasable software applications or features The system should support a 18-inch Liquid Crystal Display flat panel with recommended resolution of 1280 dpi x1024 dpi @ 60 Hz The system should include keyboard, mouse, and an access unit (modem) for remote service support The system should include an unattended uninterruptible power supply to insure system hardware and software integrity in the event of power fluctuations or loss of power The system should support both direct connection of recorders and be able to read cards. Remote systems support via analog phone line or digital VPN should be provided for both system and application support Analysis Specifications The software should provide for both prospective and retrospective review of the Holter ECG data, with all five scanning processes included: Template/Retrospective, Superimposition, Paging, Event Scanning and Waterfall Analysis The software should provide the operator with the following review tools: full disclosure (page) review, strip review, shape (template) review, SVE Editor, trend review, episode review, report review and superimposition The software should provide the operator with advanced software algorithms to measure and process ECG data into Normal, Supraventricular, Ventricular and Noise templates, identify regions with Atrial Fibrillation and provide markers for pacemaker detection The software should provide three linked review tools (strip, page, diary, trends, events, etc) on screen at the same time for editing and filing The software should provide the ability to perform superimposition on every strip review tool to identify P wave abnormalities and A-V dissociations The software should provide optional features with the purchase of specified activator codes for Heart Rate Variability, waveform measurement tool for ST Segment Analysis, Continuous true 12-lead, beat to beat QT measurements, Heart Rate Tubulence and T-Wave Alternans The software should provide three linked review tools on screen at the same time for editing and filing The software should provide a selectable list of configured final reports and allow the user to configure the reports themselves The software should provide a selectable list of menus and allow the user to configure new menus themselves The software should include interactive, multimedia training using CD-ROM Future software updates should be available with the system via modem download or CD-ROM System Connectivity - Network Functions The system should connect to additional Holter Review and Editing system in a server-client configuration using a standard Ethernet TCP/IP network The system server should simultaneously connect up to 25 additional Holter Review and Editing systems using a standard Ethernet TCP/IP network The system should connect with MUSE Cardiovascular Information System using a standard Ethernet TCP/IP network to archive final patient reports Final patient report stored to MUSE will be accessible from MUSE for viewing, editing and storage at MUSE The system should communicate with a network printer All equal products quoted should include appropriate product literature. Please include all warranties and discounts, as these will be evaluated along with delivery time, best value or pricing, and technical evaluation by the end user. Quotes should be in the following format: price for each line item independently, shipping methods and price and total price for all line items combined. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database and also have ORCA certications (https://orca.bpn.gov). to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please fax quotes to the attention of SrA Richard K. Bush at 702-652-5405. Quote will also be accepted by e-mail at richard.bush2@nellis.af.mil. Please contact SrA Bush with any questions/concerns at 702-652-8450. Quotes are due on or before 15 August 2008 at 12 pm (noon) Pacific Daylight Time.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebe2da87a7131cd69904c9015cb34fc1&tab=core&_cview=1)
- Place of Performance
- Address: MIKE O CALLAGHAN FEDERAL HOSPITAL, NELLIS AIR FORCE BASE, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01639661-W 20080815/080813224814-ebe2da87a7131cd69904c9015cb34fc1 (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 |