DOCUMENT
65 -- Routine EEG Systems with Carts - Attachment
- Notice Date
- 2/22/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
- ZIP Code
- 49037
- Solicitation Number
- 36C25018Q0423
- Response Due
- 2/8/2018
- Archive Date
- 4/9/2018
- Point of Contact
- Jeffrey P. Rozema
- E-Mail Address
-
y.Rozema@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- VA Northern Indiana Healthcare System Routine EEG Systems with Carts COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25018Q0423 Posted Date: 02/22/2018 Original Response Date: 03/08/2018 4:30 PM EST Current Response Date: 03/08/2018 4:30 PM EST Product or Service Code: 6515 Set Aside: N/A - Unrestricted NAICS Code: 334510 Contracting Office Address Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ),". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees. The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase Routine EEG Systems with Carts to include IT Systems Configuration and Implementation and On-Site System Installation and Training. Routine EEG Systems shall be Nihon Kohden Neurofax EEG-1200 as described below, brand name or equal. One unit to be provided for the VA Northern Indiana Healthcare System Fort Wayne Campus, 2121 Lake Avenue, Fort Wayne, IN 46805, and one unit to be provided for the VA Northern Indiana Healthcare System Marion Campus, 1700 East 38th Street, Marion, IN 46953. All items shall be new; refurbished/used/gray market items are not acceptable. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. The following Nihon Kohden items are representative of the type of systems desired. This is not all-inclusive, and may be subject to variation to meet the salient characteristics. QTY PART NUMBER DESCRIPTION Routine EEG 1200 System with GCX Cart 2 EEG-1200A-G Neurofax EEG-1200A Premium Acquisition system. Includes PC (SFF) - Intel Core i7-4770 (8MB, 3.4GHz Quad Core), 8GB RAM, 500 GB Hard Drives RAID-1, DVD +/- RW, CD-R, Keyboard & Mouse, Gigabit Ethernet, Patient Isolation, includes EEG-1200 Acquisition and Review with NeuroWorkbench Data Management. Microsoft Windows ® 7 Professional Operating System. (Specifications are subject to change). 2 NK-LS-120AJ EEG-1200 Photic Control Unit, with LS-703A Flash Lamp Assembly and KC-001A Stand 2 A/FS-19-HR 20" Flat screen high resolution TFT monitor (1600 x 900) 2 A/AC511 Sound Bar for Dell 19" and 20" Monitors 2 A/0047-01 VHRS EEG Cart w/ LCD Mount 2 NK-IMI-0047 Mobile Cart Installation Kit 2 JE-921A 32 channel PSG/EEG amplifier w/ 4 DC channel inputs. Internal SpO2 and EtCO2 capabilities (optional) 2 JE-922A Mini input box for JE-921A amplifier 2 A/POUCH-JE922 Mini Input Box Pouch for JE-116, JE-113 and JE-914, includes shoulder strap 2 A/EXPI9402PT Two-port NIC card, for use in SFF and tower PCs 2 A/ABCE422-11MED Hospital Grade UPS (Uninterruptable Power Supply) 420VA 2 #RMSW Remote Monitoring Software to access networked NKA Systems remotely over LAN. Sold per PC to be monitored. Viewer Software is no charge Remote Access Review 1 NK-REVSUITE-MU Complete NK Review Suite for Multi-User Environment (Citrix, VMWare, Terminal Services, etc.), includes NeuroWorkbench Database, EEG-1200 Review, and NeuroReport. Single server license. Does not include server or Multi-User Environment software. 1 #NK-ITSYSTEMSCFG IT Systems Configuration and Implementation System Installation and Training 2 #NK-Install Installation and Termination per unit up to 20 units 1 #NK-DV-TRAIN Up to 4 days training (2 days at each location) including travel days and configuration Key features (salient characteristics) of the Routine EEG Systems include the following: Performs EEG tests and transmits data for review by clinician Mouse and keyboard Mobile cart mounted At least a 20 video display 32 channel PSG/EEG amplifier w/4 DC channel inputs Hospital grade Uninterrupted Power Supply (UPS) All necessary licenses (application and database) to collect data from EEG Machines to send directly to CPRS as live data (not in PDF format). All application software shall be in a current approved status with the Department of Veterans Affairs One-VA Technical Reference Model (One-VA TRM), OR vendor shall provide a single server (virtual server not able to be used) and SQL license to service both the Marion and Fort Wayne sites. Server will reside in the Marion Server Room. Server shall meet 5-year recommended server specifications; not simply minimum specifications for operation at time of installation. EEG machines shall support static IP addresses Patient information shall be transmitted via ethernet cable into the VA electronic medical record system, CPRS, through HL7 interface to be provided by the contractor. Any hard drive device included shall utilize encryption technology that meets Symantec or Bitlocker standards or the EEG machine will not utilize the internal hard drive. EEG machine shall have a local database that will store all data being gathered in the event of interrupted access to the server. Local database shall upload stored data after server connection is restored. Patient demographics shall be pulled automatically at the time of the exam. Training for clinical staff and Biomedical Engineering/OIT Contractor shall provide VA Form 6550 document as a part of the quote submission. EEG machine shall be able to remotely view test result from one machine to the other. This can either be accomplished through data being stored on the sever or through direct connection between EEG machines. Contractor shall provide data migration from hard drives of the current, VA owned, EEG machines to the new EEG system. Those quoting other than the Nihon Kohden brand shall provide as part of their quote, sufficient information showing how such items are comparable to Nihon Kohden in form, function, and quality. Contractor shall provide pricing information/options for possible 12-month service and support. Pricing shall not be included as part of your EEG System quote, but shall be priced out separately and will be used solely as an evaluation factor for award. The delivery date is 60 days after receipt of order. Delivery terms shall be FOB Destination to the VA Northern Indiana Healthcare System Fort Wayne Campus and Marion Campus. Award shall be made to the vendor whose quotation represents the best value to the Government, considering Technical, Price, and Past Performance. The Technical component will be evaluated based on how well your system solution meets the stated salient characteristics. For Past Performance, please submit a total of three examples of similar EEG Systems you have provided and installed within the past two years from either 1) VA Medical Facilities, or 2) Other Government Medical Facilities, or 3) Non-Government Medical Facilities. Examples preferred from VA Medical Facilities if available. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [January 2017] with the following addenda: 52.204-16, 52.204-17, 52.204-22, 52.211-6. FAR 52.212-3, Offerors Representations and Certifications Commercial Items [January 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [January 2017] with the following addenda: FAR 52.219-28, and 52.232-40; VAAR 852.203-70, 852.211-73, 852.232-72, and 852.246-71. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items [January 2017]. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt II, 52.225-13, 52.232-33. The Defense Priorities and Allocations System (DPAS) is not applicable. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Thursday, March 8, by 4:30 PM EST by email at jeffrey.rozema@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Jeffrey Rozema, at jeffrey.rozema@va.gov. Point of Contact Point of contact for this solicitation is Jeffrey Rozema, Contracting Officer, email: jeffrey.rozema@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/36C25018Q0423/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q0423 36C25018Q0423.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4102453&FileName=36C25018Q0423-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4102453&FileName=36C25018Q0423-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q0423 36C25018Q0423.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4102453&FileName=36C25018Q0423-000.docx)
- Record
- SN04831154-W 20180224/180222231509-608df818b6f40d6bf912cd0140b751e9 (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 |