Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1, 2001 PSA #2863
SOLICITATIONS

65 -- EYE MOVEMENT TRACKING SYSTEM

Notice Date
May 30, 2001
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-123-01
Response Due
June 15, 2001
Point of Contact
Mo Clary, Ph:(562)961-8061/Fax:(562)961-8067
E-Mail Address
Click here to contact the contracting officer via (mo.clary@med.va.gov)
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. Specifications. Based upon this Solicitation No. RFQ 600-123-01, VA VISN 22 Network Business Center intends to negotiate a commercial item (FAR Part 12) contract to purchase, name brand or equivalent, ASL Model 504LRO fMRI-applicable Eye Tracking System and Fiber Optic Package for the Psychiatric Department at VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161. Salient characteristics of the equipment are: (1) Eye Movement Tracking and Pupillometry System, complete with control unit, long range remote optics, multi-speed camera and telephoto lens, associated connecting cables, black & white monitor, and system specific, essential peripheral support components such as relays, software and instruction manual, and Installation/Setup/Functional Training for two (2) representatives of the Psychiatric Department (one each); and (2) peripheral equipment, as needed, to optimize Eye Movement Tracking and Pupillometry System performance in a functional magnetic resonance imaging (fMRI) environment (i.e., fiber optic package or similarly capable connectivity affording reliable functioning at distances of 12 feet or more) (one each). System must be totally non-invasive, must allow for a moderate amount of head movement without the use of head mounted optics, and must have flexibility to use multiple stimulation generation packages. Supporting software must provide data analysis inclusive of eye position, pupil diameter, scan pattern plotting, fixation identification, and generally useful statistical parameters. Additionally, the system must be deliverable, fully installed and operational within 45 calendar days of contract award, and expressly warranted against operational and mechanical defects or failure for minimum of two years from date of installation (with warrantee terms included as an attachment to quote submission). 3. Clauses. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses: 52.211-6: Brand Name or Equal; 52.212-1: Instructions to Offerors -- Commercial Items; 52.212-3: Offeror Representations and Certifications -- Commercial Items; 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; 52.215-5: Facsimile Proposals (Facsimile offers are accepted at (562) 961-8067. Offerors must hold prices firm in its offer for 30 calendar days from the date specified for receipt. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses: 852.203-70: Ethics in Government; 852.211-70: Service Data Manual; 852.211-75: Technical Industry Standards; 852.211-71: Guarantee (two years); 852.237-70: Contractor Responsibilities; 852.270-1: Representatives of Contracting Officers; and 852.270-4: Commercial Advertising. Contract clauses cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/ 4. Instructions, Conditions and Notices to Offerors -- Offeror shall provide a detailed quotation for components indicated in paragraph 2 of this combined synopsis/solicitation. Additionally, the offeror shall complete and return all information in accordance with the format specified in FAR 52.212-1, "Instructions to Offerors -- Commercial Items" paragraph "b", and FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items" prior to the time specified in paragraph 5 below in order to be considered for award. Payment: Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT) or by Government commercial credit card. For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form -- SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. 5. Address offers to: Contracting Officer (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Facsimile offers are accepted at (562) 961-8067. Quotations are due by 3:00 p.m. California local time on June 15, 2001. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Contact Mo Clary at (562) 961-8061 regarding this solicitation.
Record
Loren Data Corp. 20010601/65SOL006.HTM (W-150 SN50N502)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on May 30, 2001 by Loren Data Corp. -- info@ld.com