Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
DOCUMENT

65 -- EEG Machine/Digital Video System - Attachment

Notice Date
1/2/2013
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24613R0295
 
Response Due
12/17/2012
 
Archive Date
3/26/2013
 
Point of Contact
Jay James
 
E-Mail Address
6-6004<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION PROVIDE ALL TOOLS, MATERIALS, LABOR, LICENSE AND TRAINING FOR THE INSTALLATION AND DEPLOYMENT OF A ELECTROENCEPHALOGRAM SYSTEM BRAND NAME OR EQUAL TO ELECTRICAL GEODESICS, EEG SYSTEM 256 CHANNEL LTM. (I) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All Small Businesses submitting an offer must be registered on www.ccr.gov and https://orca.bpn.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for proposal (RFP). Submit written quotes on RFP Number VA246-12-R-0295. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62A. (IV) This procurement is restricted to Small Business Concerns. The associated NAICS code is 339113. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: 1. Brand Name or Equal to Electrical Geodesics QTY 1 EACH Server/License Product# 1302566 Manufacturer Name: Clinical Geodesic Brand: EEG System 256 Channel LTM Product No.: (GES) 300 Package Manufacturer Name: Brand: Product No.: 2. Brand Name or Equal to Electrical Geodesics QTY 1 EACH Product# 1301011 Manufacturer Name: Clinical Geodesic Brand: GES 300 Digital Video System Includes: - PTZ Camera - Snowball Microphone System - IR Light Source - Canopus A/D Bridge Manufacturer Name: Brand: Product No.: 3. Brand Name or Electrical Geodesics QTY 1 EACH Product# 4733010 Manufacturer Name: Clinical Geodesic Brand: HCGSN Product No.: 130: 256 Channel Adult Small 54 - 61 cm Manufacturer Name: Brand: Product No.: 4. Brand Name or Equal to Electrical Geodesics QTY 1 EACH Product# 4733030 Manufacturer Name: Clinical Geodesic Brand: HCGSN Product No.: 130: 256 Channel Adult Small 54 - 56 cm Manufacturer Name: Brand: Product No.: 5. Brand Name or Equal to Electrical Geodesics QTY 1 EACH Interface Development Confirmation Product# S-WAR-NET-1000-256 Manufacturer Name: Clinical Geodesic Brand: Individual 256 Channel HydroCel Geodesic Sensor Net Extended Warranty: 1-Year Coverage Beyond The Included 1-Year Coverage For A 256 Channel HydroCel Geodesic Sensor Net Manufacturer Name: Brand: Product No.: 6. Brand Name or Equal to Electrical Geodesics QTY 1 EACH PAR Bins Replenishment License Product# 4600779 Manufacturer Name: Clinical Geodesic Brand: Polygraph Input Box: Peripheral Physiological System - 7 Channel Manufacturer Name: Brand: Product No.: 7. Brand Name or Equal to Electrical Geodesics QTY 4 EACH Product# 2553044 Manufacturer Name: Clinical Geodesic Brand: Standard LTM Contract Supplement for PIB Provides one year of Support coverage of the PIB module Manufacturer Name: Brand: Product No.: 8. Brand Name or Equal to Electrical Geodesics QTY 1 EACH Product# 4602001 Manufacturer Name: Clinical Geodesic Brand: GeoSource Source Estimation Software Includes: - GeoSource software - Software HASP - Manual Manufacturer Name: Brand: Product No.: Salient Characteristics: - System must be able to apply 256 EEG sensors in less than 15 minutes without scalp abrasion - System must have whole head coverage with numerous EEG sensors located below the canthomeatal line - System must have amplifier input noise referenced to ground of less than 0.7 microvolts - System must have amplifier input impedance greater than 1 GigaOhm - System must have single multipin amplifier input connector for all 256 channels - System should have FDA clearance and CE compliance certificates - System should have Synchronized Digital Video and cart-mounting bracket for Camera/Microphone - System should have Mobile Cart with Articulating Arm for connection to amplifier - System must have 7 channels of polygraphic input for additional physiological measures - System shall have onsite install and training session - System should have at least 1-year 24/7/365 Hotline Support Contract plus Online Troubleshooting or equal to. - System should have 1 Terabyte External Hard Drive - System should have at least 1-year free software upgrades and updates - System should have 3+years warranty on all geodesic or equal sensor nets - System should have Cortical Source Estimates Software or equal using whole head realistic model - System should have Physician Reading/Analysis Workstation Training/Inservice (Applications): -Availability of vendor to provide on-site training and in what timeframe. Maintenance: -Service manuals must be completed to include; theory of operation, troubleshooting, "complete" parts breakdown and all applicable schematics. Other: -Provide documentation of government facilities where this equipment is already in use. Identify references with points of contacts and telephone numbers. (VII) Required delivery 30 days ARO. Place of delivery is Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. Delivery shall be FOB Destination to Richmond, Virginia. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (16) 52.211-73 Brand Name or Equal (AUG 1999) (20) 52.219-28, Post Award Small Business Program Representation (Apr, 2009) (30) 52.225-1, Buy American Act-Supplies (Feb, 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.211-70 Service data Manuals (Nov, 1984) 852.246-70 Guarantee (Jan, 2008) 852.466-71 Inspection (Jan, 2008) 852.273-76 Electronic Invoice Submission (Oct, 2008) (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, January 04, 2013. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. EST on January 07, 2013. All quotes must be mailed or emailed to the attention of Jay James, email address is jay.james2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613R0295/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-13-R-0295 VA246-13-R-0295_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=571734&FileName=VA246-13-R-0295-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=571734&FileName=VA246-13-R-0295-001.docx

 
File Name: VA246-13-R-0295 COMBINED SYNOPSIS 02.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=571735&FileName=VA246-13-R-0295-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=571735&FileName=VA246-13-R-0295-002.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: VAMC Richmond;1201 Broad Rock Boulevard;Richmond VA,
Zip Code: 23249
 
Record
SN02957841-W 20130104/130102234046-dfe7f78300f7f3aa735e43a603b60090 (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.