Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
DOCUMENT

65 -- Upgrade MRI Machine with specialized audio and visual stimuli equipment - Attachment

Notice Date
5/24/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0778
 
Response Due
5/25/2011
 
Archive Date
6/8/2011
 
Point of Contact
Chris Humphrey
 
E-Mail Address
ton
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-241-11-RQ-0778 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) 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. (ii) The solicitation number is VA-241-11-RQ-0778 and is issued as an RFQ. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a sole source requirement. VISN 1 Contracting Activity intends to negotiate a sole source contract under the authority of FAR Part 6.302-1, only one responsible source to the vendor, Avotec, Inc., who is a small business, and they are located at 603 NW Buck Hendry Way, Stuart, FL 34994. However, all other responsible sources that feel they can provide this or a similar item may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 500 employees. (v) This requirement consists of (6) line items with a quantity of (1 ea) per line item: 1.MODEL SV-70211 - SILENT VISION MODEL SV-7021 FIBER OPTIC VISUAL SYSTEM. 2.MODEL RE-47011 - REAL EYE MODEL RE-4701 EYE IMAGING SYSTEM 3.MODEL SS-31000 - SILENT SCAN MODEL SS-3100 AUDIO SYSTEM. 4.INSTALLATION BY AVOTEC 5.OPTION 1-ARRRINGTON M101 SOFTWARE 6.OPTION 2- iVIEW X EYE TRACKING PROCESSING SYSTEM (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: VISN 1 Contracting Activity intends to negotiate a sole source contract under Simplified Acquisition Procedures and the authority of FAR Part 6.302-1, only one responsible source to the vendor, Avotec, Inc., who is a small business, and they are located at 603 NW Buck Hendry Way, Stuart, FL 34994. However, all other responsible sources that feel they can provide this or a similar item may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Description of requirements: The Boston VA Healthcare System is looking to purchase specialized equipment to be used with the upgraded Siemens Trio MRI Scanner and 32 head channel. The required equipment is specifically designed to present visual and auditory stimuli for functional neuroimaging studies. The following are the required items. 1.MODEL SV-70211 - SILENT VISION MODEL SV-7021 FIBER OPTIC VISUAL SYSTEM. a.QUANTITY - 1 EA b.INCLUDES ONE EACH OF THE FOLLOWING: VIDEO INTERFACE, BINOCULAR, PROJECTOR/IMAGE GUIDES/GLASSES, 3-AXIS GLASSES MOUNT, DC POWER & FIBER OPTIC CABLES, CONSOLIDATION CART. 2.MODEL RE-47011 - REAL EYE MODEL RE-4701 EYE IMAGING SYSTEM a.QUANTITY - 1 EA b.INCLUDES ONE EACH OF THE FOLLOWING: FIBER OPTIC IMAGE GUIDE ASSEMBLY, INFRARED FIBER OPTIC ILLUMINATED ASSEMBLY, CAMERA & TRACKER INTERFACE, DC POWER & FIBER OPTIC CABLES AND FILTER. 3.MODEL SS-31000 - SILENT SCAN MODEL SS-3100 AUDIO SYSTEM. a.QUANTITY - 1 EA b.INCLUDES THE FOLLOWING: AUDIO CONSOLE & TRANSDUCER, FULL COVERAGE, NON-HEADSET, & STETHOSCOPIC HEADSET, RESEARCH TUBING ASSEMBLY, PATIENT ALARM BULB, DC POWER CABLES AND FILTER, THIRD OCTAVE EQUALIZER. 4.INSTALLATION BY AVOTEC a.QUANTITY - 1 EA 5.OPTION 1-ARRRINGTON M101 SOFTWARE a.QUANTITY - 1 EA 6.OPTION 2- iVIEW X EYE TRACKING PROCESSING SYSTEM a.QUANTITY - 1 EA (vii) Delivery FOB Destination to: VA Boston Healthcare System Jamaica Plain Campus 150 South Huntington Ave. Jamaica Plain, MA 02130 More information will be provided upon contract award. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the lowest bidder technically acceptable. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, VAAR 852.215-71, Evaluation Factor Commitments, VAAR 852.246-70 Guarantee, VAAR 852.246-71 Inspection, VAAR 852.273-76 Electronic Invoice Submission. (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: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3, 52.225-13, and 52.232-34. (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Wednesday, May 25, 2011 at 10:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Chris Humphrey, Contracting Specialist, e-mail Chris.Humphrey@va.gov (xvi) Please address questions to Chris Humphrey, Contracting Specialist, e-mail Chris.Humphrey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0778/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-0778 VA-241-11-RQ-0778.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203325&FileName=VA-241-11-RQ-0778-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203325&FileName=VA-241-11-RQ-0778-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Boston Healthcare System;Brockton Campus;940 Belmont Street;Brockton, MA
Zip Code: 02301
 
Record
SN02455940-W 20110526/110524235028-f3e10e1a0b003bcd9367c48986b544e9 (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.