DOCUMENT
65 -- Harmony IQ 3600 Integration System - Attachment
- Notice Date
- 6/13/2012
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
- ZIP Code
- 94304-1207
- Solicitation Number
- VA26112Q1105
- Response Due
- 6/15/2012
- Archive Date
- 7/15/2012
- Point of Contact
- Susan Battjer
- E-Mail Address
-
9-0290<br
- Small Business Set-Aside
- Total Small Business
- Description
- This document 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. This announcement constitutes the only solicitation, proposals are being requested, and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to June 15th, 2012 will be considered by the Government. The NAICS code is 541512 and the size standard is $25.5M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): RLQ3600BUV1 HARMONY IQ 3600 INTEGRATION SYSTEM 1 EA $__________ RLQ3600PTN CONNECTION KITS AND INSTALLATION 1 EA $__________ RL5PRJ3600 HARMONY IQ 3600 INTEGRATION SYSTEM PROJECT MANAGEMENT 1 EA $__________ RLM26HDFO 26" SURGICAL GRADE WIDESCREEN FIBER INPUT ONLY 2 EA $__________ RLQ3600PTN CONVERTER KITS PORTABLE EQUIPMENT 4 EA $__________ RL5PRJ3600 HARMONY IQ 3600 INTEGRATION SYSTEM PROJECT MANAGEMENT 1 EA $__________ GRAND TOTAL: $__________ Any products offered must have the following salient characteristics: 1.General System Requirements: a.Vendors must have or be willing and able to develop a site-to-site VPN contract with the VA b.Vendor must provide design support, interfacing with owner representatives, clinical users, architects and engineers specific to the Endosuite construction project c.Purchase price must include install of the system and monitors in coordination with the VA d.System should accommodate and fit the current audio-video (AV) system design for the Endosuite construction project with no major changes to the design and construction required (see attached drawings). e.Purchase price must include clinical and biomed training on system. f.Purchase price must include two (2) user and one (1) service manuals for the system g.The integration system must be able to send compatible data to the Stryker SDC Ultra capture system that VAPAHCS is using currently. 2.Display (monitor) Attributes and Capabilities Vendors must provide monitors and mounting for viewing case data both in the sterile field and outside of it. All monitors specified by the selected vendor must meet or exceed the requirements listed below: "Display Resolutions, Aspect Ratios and Display Capability oMonitors must have high definition (HD) capability and provide native resolutions of 1920x1080 or higher oMonitors must be able to display multiple video sources simultaneously in various configurations as a split screen including 1x1 (split screen), 2x1 (2 small, 1 large), 2x2 (4 screens), 1x3 (1 large, 3 small) and Picture in Picture (PIP) on a single display oMonitors must be able to display in nearly full screen all HDTV standards (e.g. 720p, 1080i, 1080p, 16:9), and UXGA (1600 x 1200, 4:3), WUXGA (1920 x 1200, 16:10) computer formats. "Physical Attributes oSpecified monitors must be able to withstand routine cleaning practices typical to sterile operating room settings oSpecified monitors must be medical grade (electrically shielded and NFPA 99 compliant) oTwo (2) sterile monitors (21"-26") must be mountable on Maquet 2x2 monitor boom. oOne (1) sterile monitor (21"-26") must be mountable on specified Maquet equipment boom. oOne (1) sterile monitor (min. 48") must be mountable on specified Maquet large monitor boom. 3.Router a.Router must be able to route multiple video sources simultaneously in various configurations as a split screen including 1x1 (split screen), 2x1 (2 small, 1 large), 2x2 (4 screens), 1x3 (1 large, 3 small) and Picture in Picture (PIP) on a single display b.Routed video signals should maintain native resolution from source to destination with minimal degradation c.Router shall accept, process, and permit routing of at minimum 8 simultaneously broadcasted input signals in various combinations of different formats (i.e. 8x8 inputs/outputs). 4.Control Station (Documentation Station) a.Vendors must provide acceptable furniture that houses their integration system or provide complete specification and coordination services to the architect so that such a system may be reliably designed. b.Integration control consoles (ICC) must be managed with touch screen displays for configuring, routing and controlling information and devices managed by the integration system c.The ICC must have preset capability. Presets must control the following operating room resources: Video routing from an imaging device to a preferred display, Preferred systems will also manage in room camera positions from presets, room light levels, and intensities generated by surgical lights but it is not required d.Users must be able to preview any signal data prior to sending it to a monitor or anywhere else in the operating room. 5.Connectivity Requirements a.The system must accommodate all major audio and video input connection types and signal formats from the last 10-15 years including but not limited to: HDMI, DVI, DVI Dual Link, Mini-DIN, RCA, Coaxial, VGA, composite, RGB, S-Video etc. b.To accommodate various signal types the system must utilize a universal connection port. c.System must be able to convert and scale various signal types so signals will be recognized by displays if necessary. d.Universal connection points must be able to be deployed on medical equipment booms and anesthesia booms from Maquet. Universal connection points must also be able to be deployed in wall or ceiling locations as specified by the VA. e.For devices that the integration system recognizes and can interface with, the connection must be automatic and not require any configuration or troubleshooting on behalf of the clinical user. Device recognition must occur with 120 seconds of connecting the device to the integration system. Delivery, acceptance, and FOB Destination Point: Proposed Delivery Date: ____ DAYS ARO Requested Delivery Date: 30 DAYS ARO SHIP TO: VA PALO ALTO HEALTH CARE SYSTEM 3801 MIRANDA AVENUE (WAREHOUSE) PALO ALTO, CA 94304 Only electronic offers will be accepted. Offers are due to susan.battjer@va.gov by 1:00 PM PDT June 15th, 2011. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive (May 2011) for the purposes of this clause items 4,7,9,13, 21, 24-27,28 29,30-33,36,38 (iii), 40,46, and are considered checked and apply. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors -Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications--Commercial Items (May 2011):They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26112Q1105/listing.html)
- Document(s)
- Attachment
- File Name: VA261-12-Q-1105 VA261-12-Q-1105.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364283&FileName=VA261-12-Q-1105-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364283&FileName=VA261-12-Q-1105-000.docx
- File Name: VA261-12-Q-1105 GREG AV M1395-001RE HYBRID.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364284&FileName=VA261-12-Q-1105-001.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364284&FileName=VA261-12-Q-1105-001.PDF
- File Name: VA261-12-Q-1105 E-7.5_AMENDMENT NO.2.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364286&FileName=VA261-12-Q-1105-002.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364286&FileName=VA261-12-Q-1105-002.PDF
- File Name: VA261-12-Q-1105 E-0.1.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364287&FileName=VA261-12-Q-1105-003.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364287&FileName=VA261-12-Q-1105-003.PDF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-12-Q-1105 VA261-12-Q-1105.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=364283&FileName=VA261-12-Q-1105-000.docx)
- Record
- SN02774211-W 20120615/120613235050-d49ea25d2bd2983c355f6c802086649c (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 |