SOLICITATION NOTICE
65 -- Software Upgrade Ultra-64 (Brand Name or Equal)- for 2 Voluson 8 Ultrasound Systems
- Notice Date
- 8/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F-11-T-0064
- Response Due
- 9/7/2011
- Archive Date
- 11/6/2011
- Point of Contact
- Domenico Maddaloni, 011496371867043
- E-Mail Address
-
European Regional Contracting Office
(domenico.maddaloni@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Solicitation number W9114F-11-T0064 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423430. The Europe Regional Contracting Office has a requirement to purchase Software Upgrade Ultra-64 for 2 Voluson 8 Ultrasound Systems. The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Software License, Data Connection to Scanner. Brand Name or equal. Qty: 1 each Line Item 0002 Software/ License, Ultra 64, Reporting Workstation Software. Brand Name or equal. Qty: 2 each Line Item 0003 Software/ License, Ultra 64, Expert Reporting Software. Brand Name or equal. Qty: 1 each Line Item 0004 Software Upgrade High Risk and Research Upgrade (0004) Brand Name or equal. Qty: 1 each Line Item 0005 Software Upgrade Server Data Caplet (0003). Brand Name or equal. Qty: 1 each Line Item 0006 Pro Services Upgrading to ULTRA 64. Brand Name or equal. Qty: 1 each Line Item 0007 ImageAdvantage Integration 1 U/S. Brand Name or equal. Qty: 1 each Line Item 0009 Shipping and Handling (F.O.B. ORIGIN) Qty: 1 each All vendors must quote Shipping charges to the place of delivery and acceptance: Landstuhl Regional Medical Center (LRMC) ATT: Ms Anne Braxton Property Management Branch Building 3739 66849 Landstuhl/Kirchberg, Germany The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - MAR 2009 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor--Cooperation with Authorities and Remedies - AUG 2009 52.222-50 Combating Trafficking in Persons - Feb 2009 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-29 F.O.B. Origin - FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7008 Export-Controlled Items 252.211-7003 Item Identification and Valuation AUG 2008 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2011 (Deviation) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.227-19 Commercial Computer Software License (DEC 2007) 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAR 2011 (Deviation) 252.229-7002 Custom Exemptions (GERMANY)-JUNE 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. The vendor's quote shall show compliance with the listed salient characteristics. Line Item 1- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Software/License Data Connection to Scanner shall contain, at a minimum: Downloads Data from Scanner to PC Scanner Protocol Configuration Cables and adapters; 1-Year Cable Replacement Warranty License concurrent with Reporting License. Line Item 2- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Ultra 64-Reporting Workstation Software (Brand Name or equal) shall contain, at a minimum: License Concurrent with Reporting Module; Fully customizable OB & GYN report formats; Sonogram Statistical Search Engine; Patient ED Reports (Requires MS Word 00/03/XP); One (1) year software upgrades inclusive One (1) year software support inclusive License/studies extended with support & upgrade agreement, Availability of Upgrades to MFM, High Risk Module; Availability of Upgrades ImageAdvantage System, (Brand Name or equal) with functions Edit, Review and Printing; HIPAA Toolkit, Single Station shall include at a minimum: Electronic Signature Enabled; Secure Patient Report and Access Logs; Platypus (Brand Name or equal), Real-Time Integrated Knowledge Base; Descriptions and stills on minimum 370+ anomalies; Multi Functional Search Options; Additional Ultras 64- RWS Concurrent Station. Line Item 3- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Ultra 64 Expert Reporting shall contain, at a minimum: Unlimited study license; Customizable OB & GYN report formats to include: one Ultra Workstation License; connection to one U/S Scanner; Sonostat Statistical Search Engine; patient Education Reporting Module; One (1) year software upgrade One (1) year software support License/studies extended with support & upgrade agreement; Availability of Upgrades to MFM, High Risk Module; Availability of Upgrades to ImageAdvantage System, (Brand Name or equal) with functions Edit, Review and Printing; HIPAA Toolkit, Single Station shall include at a minimum: Electronic Signature Enabled; Secure Patient Report and Access Logs; Platypus (Brand Name or equal), Real-Time Integrated Knowledge Base; Descriptions and stills on minimum 370+ anomalies; Multi Functional Search Options; Enterprise Capable with appropriate infrastructure. Line Item 4- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Software Upgrade High Risk and Research shall contain, at a minimum: Expanded Fetal Echocardiography Package, Perinatal Consult Module (MS Word CP Rqd), Genetic Sonogram Upgrade Customizable research and expansion module. Line Item 5- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Server Data Caplet shall, at a minimum: Accepts downloads from Multiple Scanners, Multi-User Workflow enhancer, Scanner Connectivity Charges, Data Migration Line Item 6- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, the Pro Services Upgrading to ULTRA 64 shall, at a minimum: Provide SQL Licenses for all PCs, Translation of Ultras32 Database into Ultra64, Validation of translated files, On-site Staff and Physician Training, Review and Analysis of Workflow, Review of Clinical Protocols, Knowledge Base; Availability of Upgrades to MFM, High Risk Module; Availability of Upgrades to ImageAdvantage System, (Brand Name or equal) with functions Edit, Review and Printing; HIPAA Toolkit, Single Station shall include at a minimum: Electronic Signature Enabled; Secure Patient Report and Access Logs; Platypus (Brand Name or equal), Real-Time Integrated Knowledge Base; Multi Functional Search Options; Line Item 7- For the upgrade of 2 (already in-use) Voluson E8 Ultrasound Systems from Ultra-32 to Ultra-64, ImageAdvantage Integration 1 U/S shall contain, at a minimum: Integration of One U/S Scanner w/facilities existing PACS; Accession Number Synchronization from one MWL Broker; Ability to Synchronize Reports and Images on Screen; Reports reside on PACS as Image (DICOM store reports); Multi-Monitor configuration Import images into reports (PACS Dependent); Ability to store on one PACS server; Ability to add up to six images per Report (Available Q3, 2010); Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) ADDENDUM TO FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: A quote that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. UNACCEPTABLE: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by July 20th 2011, before 4pm Central European Time. Offers may be sent via email to domenico.maddaloni@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 86 7043 or at domenico.maddaloni@us.army.mil. Contracting Office Address: European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180 Place of Performance: Landstuhl Regional Medical Center (LRMC), ATT: Ms Anne Braxton, Property Management Branch, Building 3739, 66849 Landstuhl/Kirchberg, Germany Point of Contact(s): Domenico Maddaloni, 011496371867043
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-11-T-0064/listing.html)
- Place of Performance
- Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
- Zip Code: 09180
- Zip Code: 09180
- Record
- SN02526386-W 20110810/110809000140-e31d386e3c27d0a871c0fc444468015c (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 |