|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft.
Detrick, MD 21702-5015 65 -- COMPUTED DENTAL RADIOLOGY (CDR) AND PICTURE ARCHIVING AND
COMMUNICATION SYSTEM (PACS) SOL N62645-99-R-0035 DUE 091099 POC Point
of Contact -- Claudia Addison, Contract Specialist, (301) 619-7467
E-MAIL: click here to contact contract specialist via email,
caddison@nml10.med.navy.mil. The Navy has a requirement for one (1)
Computed Dental Radiography and Picture Archiving and Communications
System (CDR-PACS) for total integration of acquisition, review, and
storage in dental radiology. In addition to other functions, this
system shall consist of (a) three CDR sensors (11 Qty of Size #2, 7 Qty
of Size #1, and 1 Qty of Size #0), (b) computer workstation, (c)
picture archive and communication system. The CDR sensors shall come in
three sizes corresponding to the three standard film sizes: (a) size 2:
periapical and bitewing, 43mm x 30mm outer dimension, less than 5mm
thickness, 921 mm2 effective area, (b) size 1: periapical and pedo
bitewing, 37mm X 24mm outer dimension, less than 5 mm thickness, 600
mm2 effective area, (c) size 0: pediatric periapical, 31mm X 22mm outer
dimension, less than 5 mm thickness, 432 mm2 effective area. The
standard patient information shall be input via the workstation. The
CDR-PACS shall allow the user to choose one of the pre-selected series
or create a custom radiographic format mount. Pre-selected series
shall include: Full Mouth Series (21 or 18), Checkup (7), Bitewings
(4), Endo Grid Horizontal (15) and Endo Grid Vertical (12). After image
acquisition, radiographs shall be selected and the user shall have the
ability to begin using CDR's image processing tools on a full-sized
radiograph in its own window. The workstation shall have: (a) Zoom
mode, (b) Brightness and Contrast controls, (c) Equalization Mode (d)
Colorization Mode (e) Positive/Negative Mode, (f) Notations and Text
Messages, (g) Measurement Mode, (h) Multiple Line Segment Measurement
(i) Flashlight Mode, (j) Quick Zoom, and (g) the ability to apply
several modes at once to bring forth and highlight pathologies that
would not be visible on film. The workstation shall have the software
to create and customize reports, exchange X-ray and video images
electronically using e-mail, and store and retrieve video images from
an intra-oral camera. Software shall have (a) automatic correct image
orientation, (b) ability to image multiple molars, (c) instant
development time for full mouth series (18), (d) Interface with
network, (e) multiple file formats and compression ratios available for
data, (f) support multiple printers. Image quality shall be a
resolution of 11 lp/mm or better. Signal to noise ratio shall be 120:1
or better. Dynamic Range shall be 4096:1 or better. Dosage reduction
compared with D-speed film shall be 80% or better. Sensor life shall be
400,000 doses or better. The system shall be IBM compatible and have
the ability to run on a computer with the following minimum
characteristics: (a) Shall have a processor equal to or faster than
Pentium III microprocessor, (b) Shall have 64 MB of RAM and 1GB of free
hard disk space (c) Video display with at least 800 X 600 X 256 colors
(1MB Video RAM), and (d) Shall have Windows 98. The Picture Archiving
and Communications System shall have: (a) A Pentium III 450MHz/512K
cache (minimum) processor, (b) A second processor that matches primary
processor speed, (c) 128 MB RAM (minimum), (d) Primary Hard Drive:
18GB Ultra-2/LVD SCSI 7200 RPM Hard Drive (All drives must match for
RAID), (e) Primary Controller: PERC 2 RAID Controller, quad channel, 64
MB cache, (f) Diskette Drive: 1.44MB, (g) Windows NT operating system,
(h) Keyboard and mouse, (i) Network Controller: Intel Pro 100+
Ethernet NIC with adaptive load balancing and adapter fault tolerance,
(j) CD ROM: 17/40X SCSI, (k) Secondary Hard Drive: 18GB Ultra-2/LVD
SCSI 7200 RPM Hard Drive, (l) Hard Drive Configuration: RAID 5 Hard
Drive, (m) Hard Drive Backplane: 1 X 8 Hot Pluggable Backplane, (n)
Tertiary Hard Drive: 18GB Ultra-2/LVD SCSI 7200 RPM Hard Drive. The
system must be Y2K compliant. The system should include a quantity of
25 CDR PC Boards (PCI-PHX-NT 4.0). The system should also include five
site software license(s) and training for NDC and BDC personnel. The
system should also include 3 years on-site service. This system must be
shipped to the Naval Dental Center, 1253 Makalapa Gate Road, ATTN: LT
Thomas Connor, Pearl Harbor, HI, 96860-5030 and installed on site.
Delivery must be within 30 days of the award. The Navy intends to
negotiate with Schick Technologies, Inc. as the only source on an other
than full and open competition. See Note 22. 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 document; proposals are being requested, and a
written solicitation will not be issued. Responses must contain
sufficient documentation to establish a bonafide capability to fulfill
the requirements. The request for quotation number is
N62645-99-R-0035. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-12. Schick Technologies Inc, 31-100 47th Avenue, Long Island, NY
11101 shall satisfy this requirement by providing the following: One
(1) ComputedDental Radiography and Picture Archiving and Communications
System (CDR-PACS) as described in detail above. FOB is destination. The
following clauses and provisions apply: 52.212-4, Contract Terms and
Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31
U.S.C. 3553, 52.221-21, Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity (E.O.11246), 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212),
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793), 52.222-37, Employment Reports on Disabled Veterans and Veterans
of the Vietnam Era (38U.S.C.), 52.225-3, Buy American Act -- Supplies
(41 U.S.C. 10), 52.232-33 Payment by Electronic Funds Transfer-Central
Contractor Registration (32 U.S.C. 3332) 52.239-1, Privacy or Security
Safeguards (5 U.S.C. 552a); 252.212-7001, Contract Terms and
Conditions Required to Implement Statues or Executive Orders Applicable
to Defense Acquisitions of Commercial Items, 252.206-7000, Domestic
Source Restriction; 52.212-1, Instructions to Offerors-Commercial
Items; 52.212-2, Evaluation-Commercial Items, offers shall be evaluated
for fair and reasonable price and technical acceptability; Offerors
shall include a completed copy of the provision 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
Offerors shall include a completed copy of the provision 252.212-7000,
Offeror Representations and Certifications-Commercial items, with their
offer. Addenda of this provision includes 252.225-7035, Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program Certificate. All responsible sources may submit a
proposal which shall be considered by the Navy. Proposals are due by 10
Sep 99 at Naval Medical Logistics Command (Attn: Ms. C. Addison), 521
Fraim Street, Fort Detrick MD 21702-5015; fax (301) 619-2925. Buyer:
Ms. Claudia Addison (301) 619-7467. Posted 08/31/99 (W-SN374573).
(0243) Loren Data Corp. http://www.ld.com (SYN# 0295 19990902\65-0008.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|