MODIFICATION
65 -- TT Wireless Urodynamic
- Notice Date
- 6/4/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 4135 S. Power Rd suite 103, Mesa, AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA258-12-Q-0008
- Response Due
- 6/7/2012
- Archive Date
- 12/4/2012
- Point of Contact
- Name: Derrick Fletcher, Title: Contracting Officer, Phone: 4804667925, Fax: 4803253111
- E-Mail Address
-
derrick.fletcher@va.gov;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA258-12-Q-0008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500.00 employees.This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-07 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tucson, AZ 85723 The VHA NCO 18 - 258 - Contracting Office requires the following items, Brand Name or Equal, to the following: LI 001, BrandName or Equal 1PRO175TT Wireless Urodynamic Processing Tower with Analog/Digital circuitry Integrated Pump, PC Controlled, with an adjustable Range of 5-180 ml/min Includes Aquarius TT UDS Software (see below section) 1TRI700Aquarius TT Housing, V1.00 1POW005Medical Grade Power Cord 1LIT080LIT Cable 1TRA875Uroflow Transducer, Type B 1MAN356Manual, Software Installation Guide, Windows XP 1MAN247Laborie Getting Started Manual 1MAN040Aquarius TT Manual 1MAN540Manual, Practical Guide to Urodynamics 1MAN552Manual, Service, Aquarius TT 1LIS250I-List Snapshot, 1, EA; LI 002, BrandName or Equal Line Isolation Transformer: 1LIT030LIT 120V Includes:1POW005Medical Grade Power Cord 1MAN253LIT Manual, 1, EA; LI 003, BrandName or Equal Laborie Air-Charged Interface: 1CAB665Air-Charged Dual Interface Cable for P1/P2 (12FT) 1CAB666Air-Charged Interface Cable P3 (12FT), 1, EA; LI 004, BrandName or Equal Computer: 1COM645Aquarius TT Computer Processor Package Features: Intel Core 2 Duo 2.0 GHz CPU 4 GB RAM On Board Video, LAN, Audio, SATA56K Modem Carbon Copy SoftwareSerial: 4 USB 2.0 Port Windows XP Business Edition2 x 500 GB Hard Drive Mobile RackDVD +/- RW Wireless Bluetooth Communication Pkg (USB Version) Includes:1SOF109Software Applications, Office Basic 2007, No CD Media 1Hard Wired to Tower 1COM551Computer, Modem Cable, Null 1CAB347Cable, RS232 1PER106Mini Keyboard 1PER186Peripherals, Mouse Pad 1COM642Computer, Phone Cable 1LIT080LIT Cable 4HAR010Hardware, Velcro Strap, 1, EA; LI 005, BrandName or Equal MONITOR: 1LCT190Monitor, Touch Screen Flat Panel LCD, 19? Wide Includes:1POW060Power Cord (Compatible with LIT), 1, EA; LI 006, BrandName or Equal SOFTWARE:Aquarius TT runs on a Windows XP Professional based OS Includes:Online Tutorials, Software Updates, and Technical Monitoring and Support 1LAB035Aquarius TT Software Features: FEA003Address-O-Graph FormatFEA265Event Display Option FEA035Adjustable Data Rate, 1-35 PtsFEA270Export Data FEA040Adjustable Display Curve WidthFEA275History and FEA045Adjustable Printing Curve WidthDiagnosis Window FEA050Area Under CurveFEA305LinPurr FEA065Auto ComplianceFEA335Math 1 to Math4 FEA095Auto Infusion EventFEA395Playback FEA125Batch PrintingFEA425Pressure Transmission FEA140Channel Value MarkerRatios FEA143CHESS NomogramFEA455Setup/Modify Save FEA145Click on Channel ScalesConfigurations FEA150Click on Channel TitlesFEA500URA FEA155Compliance MeasurementsFEA515User-Defined, Channel FEA185CursorFont FEA195Cursor MarkerFEA545User-Defined, Channel FEA215Drag/Drop Channel OrderOrder FEA245Drag/Drop Move EventsFEA575User-Defined, Curve FEA260Edit (Mark Block/Paste)Color FEA365Pediatric NomogramFEA605User-Defined, Curve FEA153Color Control PanelFilling FEA673Variable High Rate SamplishFEA635User-Defined, Curve Mode III (up to 5000 Hz)Mirror No VideoFEA650User-Defined, Curve FEA665User-Defined, Event ListOverlay FEA695View HorizontalFEA725WF FEA693VBN Basic for UDS 94 Includes:1COM397Hasp key, 1, EA; LI 007, BrandName or Equal VIDEO SUITE UPGRADE PACKAGES: 1VID035Video Interface Package for Video Cystoscopy, Ultrasound input, X-Ray, (standard NTSC, RS170 output) Features:Video grabber cable 25 FT coaxial video cable S-Video cable Digital PCI frame grabber package designed for Active Matrix Output for printing and digital storage or images with Associated UDS parameters Includes:1COM880Computer, Video Cable, 25? 1COM110Computer, BNC Jack 1COM891Computer, Video Card, Matrox MeteorII, Multi Channel 1CAB547cable, Matrox Meteor II, Multi Channel 1VID315Video, Saturn Image Management, Burst Printing of both digital and/or curves w/associated UDS parameters, 1, EA; LI 008, BrandName or Equal EMG:EMG, Variable High Rage Sampling Mode II (up to 5000 Hz) Includes:1FEA262EMG 1CAB155EMG UDS94 Shielded Cable 1ELE200Electrode Lead Cables, FSR Shielded, 18? 1CAB150EMG Shorting Leads ? Shielded, 1, EA; LI 009, BrandName or Equal REMOTE CONTROL: 1REM850Remote, Wireless Mouse, 1, EA; LI 010, BrandName or Equal SOFTWARE: 1SOF005Report Fenerator Package for generating.PDF file Version of hard copy UDS report for emailing test Report (requires ADOBE reader for viewing) \ ADOBE Acrobat Writer License, UDS license included, 1, EA; LI 011, BrandName or Equal UROFLOW STAND: 1STA700Uroflow Stand with 3-Castor Base Includes: 1CHA876Funnel, Long Neck 10DIS173Graduated Urine Beakers, 1, EA; LI 012, BrandName or Equal PRINTER: 1PRI120Inkjet Color Printer 1200dpi B/W, HP Photoset II Color Includes:1CAB914Cable, USB, 6 Ft 1LIT080LIT, Cable, 1, EA; LI 013, BrandName or Equal CART: 1CAR575Cart, KT, Desktop 1POW145Medical Grade Power Bar 1MAN141KT Cart, On-Site Assembly Guide, 1, EA; LI 014, BrandName or Equal URODYNAMICS PROCEDURE TABLE: STILLE SONESTAManufacturer?s 1-year limited warranty provided by Stille **ALL Service and Technical Support/Warranty issues related to the Stille Chair shall be the sole responsibility of Stille** However; should Stille not provide service, the prime contractor is responsible. (May be eligible for IRS Tax code Section 44 and Sec 179.) 1SON190Urodynamic Fluoroscopy Procedure Table 6210 ? Features (User Manual Included): - Designed for performing VUDS and other fluoroscopic urological procedures in conjunction with a C-Arm. -Imaging performed in standing, seated, and supine position -Table adjusts easily with a hand control from: - Supine to 90 degree standing position - Seated to standing position - Supine to seated position - Longitudinal imaging area is 19 inches and completely radiolucent from head to toe. -Side-mounted, cantilevered design allows anterior/posterior, lateral, and oblique views and oblique views without obstruction. -Features the following accessories: Includes: SON065Universal Urodynamic Funnel & Funnel Holder, 1, EA; LI 015, BrandName or Equal IN-SERVICE/TRAINING PACKAGE: Customer Responsibilities: All patient care activities are the sole responsibility of the customer. This includes, but is not limited to, patient instruction, and insuring all institution protocols and safety guidelines are met. Customer will arrange for 1 or 2 patients to be available for patient testing during the In-Service. Staffing: In order to assure the successful education of the Customer staff, all staff members involved in the operation of the Urodynamics equipment shall make every attempt to be present during training and whenever possible to refrain from other duties. Contractor shall ensure completion of training. Supplies: The government is responsible for assuring there are enough supplies on hand to complete the patient tests scheduled during training. Contractor shall provide recommendations to the government. Additional Training: If the government requires additional training days at the time of installation, the contract sales executive shall be contacted as soon as possible. Cost shall be negotiated and a purchase order written prior to any subsequent visits. Manufacturer?s Responsibilities: The MFR shall install and provide in-service training on the MFR?s equipment purchased. Customization of the MFR equipment will be completed based on your specific needs. Complete User Manuals, verbal instruction and printed materials will be provided, along with contract information for on-going support and supply ordering. MFR personnel will be compliant with HPPA guidelines. UDS-Modem Service is Laborie Medical Technologies? established on-line answer to immediate customer requests relating to service/support, software inquiries and upgrades. This permits the user to share files with other satellite/voiding dysfunction clinics or research centers (requires ActiveSync Software and PC with Modem). Includes communications software for providing on-line support to your desktop PC automated software package and unlimited ?on-line? support. On-Line renewal Service Package shall available after the warranty period. To ensure continuation of service, the contractor shall ensure they provide a toll-free number to their customer service department for future coverage opportunities., 1, JB; LI 016, BrandName or Equal IN-SERVICE KIT: Disposables-Air-Charged In-Service Kit: 10CAT895Single Sensor 7 Fr. Air-Charged Catheters 10CAT875Abdominal Sensor 7 Fr. Air-Charged Catheters 10DIS173Graduated Urine Beakers 10TUB500Pump Tubing with Infusion Line 10ELE425EMG Gel Patch Electrodes (pkg/3) 1ELE200Electrode Lead Wires (needs desc.) 1DIS950Velcro Leg Strap Also Includes: Laborie shall include one course tuition for Phoenix. STILLE Table, 1, EA; LI 017, BrandName or Equal Warranty Package One year Two year Three year, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 18 - 258 - Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 18 - 258 - Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA258-12-Q-0008/listing.html)
- Place of Performance
- Address: Tucson, AZ 85723
- Zip Code: 85723-0001
- Zip Code: 85723-0001
- Record
- SN02765512-W 20120606/120604235346-57051acbb7502af06e70156ee5621361 (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 |