Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
DOCUMENT

65 -- Computed Tomography Scanner, Computer Hardware, Software, Installation, Implementation and Ongoing Support Services - Attachment

Notice Date
12/16/2010
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RQ0048
 
Response Due
12/21/2010
 
Archive Date
12/31/2010
 
Point of Contact
Michael Reed
 
E-Mail Address
612-344-2152
 
Small Business Set-Aside
Total Small Business
 
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 requested and other written solicitation is not planned. This is a notice of intent for a sole source acquisition. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302/VAAR 810.005: Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Under this authority the Department of Veterans Affairs Veterans Integrated Service Network 23 (VISN 23) intends to solicit, negotiate and enter into an agreement with Scanco USA Inc. for a computed tomography (CT) scanning system consisting of scanner equipment, computer server equipment, software, installation, associated services and support. The Government believes that Scanco USA Inc. is the only source that will satisfy the agency requirements. Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service/supply have three (3) calendar days from the publication of this notice to submit in writing their qualifications and capabilities information including technical data and pricing to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. (ii) The solicitation number is VA-263-11-RQ-0048 and is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-45 (October 1, 2010). 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: FAR: https://www.acquisition.gov/far/ VAAR: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (iv) North American Industry Classification System (NAICS) code 334517 Irradiation Apparatus Manufacturing (size standard 500 employees) applies to this solicitation. (v) This requirement consists of four (4) line items: Line Item 0001: Computed tomography (CT) scanner hardware including: Peak energy 30-90 kVp, maximum scan diameter at least 36.9 mm, maximum scan length/height at least 80mm, automatic sample changer option up to at least 10 holders, resolution (Nom./10% MTF) 3-72 µm/ <8 µm, minimal scan time per stack no more than 2 minutes, minimum image matrix from 512 x 512 to 4096 x 4096 Line Item 0002: Computer equipment including: Dual core, 2 X 1.4 Ghz CPU, 4 X 8 GB RAM, 3 x 146GB SCSI internal disk drives, 2 x 10/100/1000 Mb/s Ethernet, open VMS operating system (4-CPU license), 24" thin-film transistor (TFT) monitor, LTo4 tape drive for data storage, external disk tower (MSA 60) with RAID controller and 4 x (2+1) x 500 GB SATA disks 7200 RPM, 4 TB net Line Item 0003 Computer software (64-bit) including: Perpetual license, updates at no additional cost for two years from installation date, licensed for use with the scanner and computer in line items 0001 and 0002 above and remote access via networked computers. measurement program software (including calibrated diameter positions, single slice and multi-slice (3D) scanning (interactive slice number selection), high throughput batch measurements (24 hour/7 day unattended operation), single or multiple samples), fast image reconstruction software (features including on-line reconstruction, off-line reconstruction, on-line beam-hardening correction), database program software (user names, samples names, results (2D and 3D), back-up and archive), image analysis software (features including zoom, distance (2D and 3D), contouring, morphing, automatic/manual gray scale and adjustment, intensity based thresholding, region based segmentation (geometric and / or conforming ROIs), cut/past options, density measurements (mg/cc HA, Hounsfield Units, Linear Attenuation Coefficient), masking, histograms), 3D image rendering and visualization software (automatic or manual 3D rendering, animation, transparency, multiple color capability), image output software (Postscript, TIFF, JPEG, STL, other), data output software (standard result sheets, spreadsheet ready text files), networking software (printing via TCP/IP, DCPS, LPD and LPR protocols, browser access to data and other functions, remote access and control/use via 3rd party Xwindows software, secure password and file protection capabilities) Line Item 0004 On-site Installation (at One Veterans Drive, Minneapolis, MN 55417) and associated implementation services including: On-site CT scanner calibration and hardware maintenance (initial on-site plus minimum of one additional on-site visit during first year following installation), software maintenance including bug fixes, minor enhancements and upgrades (during two years following installation), on-site scanner hardware and computer system service during equipment warranty period (vi) The Department of Veteran Affairs requires the contractor to provide ongoing technical and end-user support via email and phone for hardware/software related issues (vii) Delivery and acceptance of deliverables shall be FOB destination upon receipt of order to Minneapolis Veterans Health Care System, One Veterans Drive, Minneapolis, MN 55417 (viii) The provision at FAR 52.212-1 Instructions to Offerors -Commercial Items, applies to this solicitation and is incorporated by reference. The addendum to FAR 52.212-1 Instructions to Offerors --Commercial Items - Sub-Part 13.5 Test Program also applies to this solicitation, in particular 13.501 (a) Sole source (including brand name) acquisitions. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Award will be made based on technical, past performance and price factors. 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, technical factors combined with past performance are considered at least equal to price. (x) The clause at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The following FAR clauses identified at paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, are considered checked and are applicable to this acquisition: 52.204-7 Central Contractor Registration, 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 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, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.223-15 Energy Efficiency in Energy-Consuming Products, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.227-19 Commercial Computer Software License 52.232-34 Payment by Electronic Funds Transfer, 52.233-2 Service of Protest (with POC shown in XV below), 52.233-3 Protest After Award, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment, 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (xiii) The following VAAR clauses and provisions are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made: 852.203-70 Commercial Advertising, 852-215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.233.70 Protest Content/Alternative Dispute Resolution, 852.237.71 Alternate Protest Procedure, 852.237-70 Contractor Responsibilities, 852.273.74 Award Without Exchanges, 852.273.76 Electronic Invoice Submission. The Contractor shall enter into a Business Associate Agreement with the Department of Veterans Affairs pursuant to the Health Insurance Portability and Accountability Act of 1996 (HIPAA). Specific Department of Veterans Affairs Information Security policies as detailed in VA Handbook 6500.6 apply to this acquisition and are incorporated by reference: Appendix B, Appendix C (partial - paragraphs 1, 2, 3.a, 3.b., 3.e, 3.f, 3.g, 3.h., 4 (4.j = 10 days), 5.g, 5.h, 6, 7 (with specific dollar value per affected individual set at $37.40 per person adversely affected), 8, 9 and Appendix D. High level background investigations are required. Full text from VA Security Handbook 6500.6 is available at: http://www.iprm.oit.va.gov/docs/VA_Handbook_6500_6_Contract_Security_030210_Final.pdf (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Offers are due December 21, 2010 at 12:00 Central Time and shall be submitted via electronic mail to: Michael Reed, Contracting Specialist, michael.reed1@va.gov or via postal mail to: Department of Veterans Affairs Contracting Office (90D), ATTN: Michael Reed - Scanco Solicitation, 708 South Third Street Suite 200E, Minneapolis, MN 55415 (xvi) Point of contact for this solicitation is Michael Reed, (612) 344-2152, michael.reed1@va.gov. All inquiries must be in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0048/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0048 VA-263-11-RQ-0048_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167007&FileName=VA-263-11-RQ-0048-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167007&FileName=VA-263-11-RQ-0048-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02345690-W 20101218/101216234339-e85efd7da395f81a9595b3999b2366a5 (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.