DOCUMENT
65 -- D-Scope System - Attachment
- Notice Date
- 9/7/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25016Q0641
- Response Due
- 9/2/2016
- Archive Date
- 11/1/2016
- Point of Contact
- Christopher A. Callihan
- E-Mail Address
-
ment
- Small Business Set-Aside
- Total Small Business
- 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. The solicitation number is VA250-16-Q-0641 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated NAICS code is 334510 and small business size standard is 1250 employees. This is a total small business set-aside. The requirement is a D-Scope System (or Equal) for our ENT surgical section. The D-Scope system allows medical staff to capture and archive medical media using a reliable, high performance, turn-key system. It can be used to capture images and video recordings, store thousands of images, generate reports and data, import to DICOM Radiology, image, and digital video files, and export to presentation editing like video editor, PowerPoint, and CD/DVD. The ENT service is requesting this system to streamline their workflow and utilize a media device that meets all of their needs for imaging and recordings for in the operating room and clinic. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; 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): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 12 September 2016 3:00 p.m. EST. Medical Digital Developers LLC archive system; D?SCOPE SYSTEM HIGH DEF WORKSTATION (EDB) MEDICAL 1 EA (or equal) D?SCOPE SYSTEM HD 2 EA (or equal) D?SCOPE SERVER SOFTWARE 1 EA (or equal) D?SCOPE SERVER SOFTWARE TEST ENVIRONMENT 1 EA (or equal) D?SCOPE EHR MODULE 1 EA (or equal) D?SCOPE DICOME EXPORT MODULE 1 EA (or equal) INSTALLATION AND TRAINING 1 EA (or equal) The service requires a system with the following characteristics: o Windows 7 based Media Archival acquisition and storage system (stored on a central server) o Captures still images and video without disruption of live video feed o Segment tagging o Records still images and video from medical imaging devices o Images and video retrievable remotely (workstations or via internet) o PC Based with microphone and webcam o Networked o Washable keyboard o Media Search Functionality by keyword, MRN or appointment date o Capable of speech recognition o Video "Step Through" functionality for playback o Foot pedal for capture and playback o Warranty - 3 year o Maintenance & Support - 1 year o System must be mobile o Compatible with CPRS o Scalable By Scalable we want the system to be able to expand as we increase the amount of data being stored and also to have the ability to add more users as the service grows. EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than Wednesday 19 August 2016 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 22 August 2016. Contractor is responsible for verifying all existing field conditions. Contractor assumes the responsibility of surveying the existing conditions as part of their performance. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov Evaluations will conducted under FAR Part 13 and any subsequent award will be made to the offer that provides the best value to the Government. In addition to price, offers were be evaluated on technically meeting the Governments requirement, and delivery and installation schedule. In addition to completing the cost/price schedule, contractors shall provide sufficient data/brochures to allow the Government to complete a technical comparison of the items offered to meet the Government's requirements. Failure to do so will result in an unacceptable offer. A proposed delivery/installation schedule is to be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0641/listing.html)
- Document(s)
- Attachment
- File Name: VA250-16-Q-0641 VA250-16-Q-0641_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2989961&FileName=VA250-16-Q-0641-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2989961&FileName=VA250-16-Q-0641-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-16-Q-0641 VA250-16-Q-0641_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2989961&FileName=VA250-16-Q-0641-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
- Zip Code: 44106-1702
- Zip Code: 44106-1702
- Record
- SN04261394-W 20160909/160908000602-98ccbddf2d885590c8bf6b009e764d6a (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 |