Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2008 FBO #2488
SOLICITATION NOTICE

65 -- SUPERDEMINSIONS INREACH SYSTEMSand accessories

Notice Date
9/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA Northwest Health Network, VA Northwest Health Network, Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA-260-08-RQ-0560
 
Response Due
9/19/2008
 
Archive Date
9/23/2008
 
Point of Contact
Darren CampbellContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Subpart 12.6, as supplemented with 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 solicitation RFQ-VA260-08-RQ-0560 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request 360-256-0936, ATTN: Darren Campbell. The North American Industry Classification System (NAICS) number is 423450 and the business size standard is 750. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is Unrestricted. This requirement is manufactured by Superdimension. Listed below are the required line items for this solicitation: Product Description 1)1 EA - DIMENSION INREACH SYSTEM INCLUDES: PLANNING SOFTWARE, PROCEDURE SOFTWARE, PREMIUM LAPTOP, 512MB USB FLASH DRIVE, CONFIGURED PC PROCESSOR, ISOLATION TRANSFORMER, LOCATION BOARD, 2 LOCATABLE GUIDE CONNECTING CABLES, 2 PATIENT SENSOR CABLES, FLAT PANEL TOUCH SCREEN, LOCATION AMPLIFIER, LOCATION PROCESSOR, POWER SUPPLY, FOOT SWITCH, 2 IR REMOTE CONTROLS, KEYBOARD, MOUSE, USER MANUAL, CUSTOM CART, PRE-INSTALLATION TRAINING, INSTALLATION, TRAINING FOR TWO (DR. AND STAFF MEMBER) AT HEADQUARTERS IN MINNEAPOLIS 2)10 EA - AK10001701LOCATABLE GUIDE (LG) KIT 3)3 EA - AK10002401SINGLE USE PATIENT PATCH 4)3 EA - AKI00099-01SUPERTRAX BIOPSY FORCEPS This requirement is Brand Name or Equal, FOB destination delivery date of October 30, 2008, contractor to provide, Pre-Installation Training for two (2) staff members. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.211-6, Brand Name or Equal. Required salient characteristic band width 1.6-60Mhz, be compliant with Nation Communication System Publication 3-10 (NCS), dedicated phone patch,HF/ALE. 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15,16, 17, 18, 19, 21, 23, 24, 29, 29i, 31, 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. Offers are to be e-mailed to Darren Campbell at the following e-mail address: darren.campbell2@va.gov no later than 2:00 P.M. eastern daylight time on September 19, 2008. Contracting Office Address: Portland VA Medical Center 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662 Place of Performance: 1.Vancouver,WA - POC: Kim Wood, General Warehouse 1601 E 4th Plain Blvd. Vancouver, WA 98661, (360) 737-1446 Point of Contact(s): Darren Campbell Contract Officer 360-852-9853 fax 360-256-0936
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27cc65de3c87b475b82d210e8a885a28&tab=core&_cview=1)
 
Place of Performance
Address: VA General Warehouse;1601 E. Fourth plain Blvd;Vancouver, WA<br />
Zip Code: 98661<br />
 
Record
SN01671666-W 20080918/080916220749-27cc65de3c87b475b82d210e8a885a28 (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.