Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15, 2001 PSA #2956
SOLICITATIONS

J -- J -- ATL ULTRASOUND PARTS/SERVICE

Notice Date
October 11, 2001
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
ZIP Code
55417
Solicitation Number
618-82-02
Response Due
October 26, 2001
Point of Contact
Contracting Officer -- Carol Murphy, Contract Specialist, (612) 725-2190
E-Mail Address
Carol Murphy (carol.murphy2@med.va.gov)
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ-618-82-02 entitled =93ATL ULTRASOUND PARTS/SERVICE AGREEMENT =94 is hereby issued for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under FAR Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 97-27 and VAAR 97-8. NAICS Code 811219 applies for this procurement (formerly SIC code 7011) and the small business size standard is $5 million.=20 This CBD announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor=92s proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor=92s letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor=92s price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for facility must also be included in proposal/bid package. The VA Medical Center (VAMC), Minneapolis, Minnesota, has identified a need for ATL UNTRASOUND PARTS/SERVICE AGREEMENT TO INCLUDE ALL PARTS, INCLUDING SCANHEADS (transducer/probe) REPLACEMENT AS REQUIRED FOR THE MAINTENANCE OF ATL ULTRASOUND EQUIPMENT LISTED. PARTS AND SERVICE, INCLUDING ON-SITE SERVICE IS FOR THE PERIOD BEGINNING 11/01/01 THROUGH 09/30/02. VAMC RESERVES THE RIGHT TO INSIST ON ATL REPLACEMENT PARTS. From time to time peripheral equipment may be exchanged from one compatible system to another as needed to complete medical procedures. It is therefore not to be construed that any one peripheral will be continuously assigned to the system it is currently inventoried with. 1. ATL Ultrasound System, Model UM9, 7300 VCR, 1010 Aspect Camera, Scan heads: LA5.0, ACC10PV, WA/AA3.5, WA/AA5.0, CVLA 3.5 2. ATL Ultrasound System, Model UM9HDI , Aspect Camera, 118 VCR, Mitsubishi Model CP1000 Color Printer; Scan Heads: L10-5, P3-2, L7-4, C3.5 40MM, C9-5ICT 3. ATL Ultrasound System, Model HDI3000, Scan heads: P3-2, P5-2, P7-4, C4-2, L10-5, L7-4, CL10-5, UP5600 Color, Large Color Printer Panasonic MD830, Dual Format VCR,=20 4. ATL Ultrasound System, HDI 5000 SN: 013YJ9, UP5600, VCR, scan heads: P4-2, C5-2, C8-5, L7-4, CL10-5 5. ATL Ultrasound System, HDI 5000 SN: 013YKJ, UP5600, VCR, scan heads: P4-2, C5-2, C8-5, L7-4, CL10-5, L12-5, 9C-5ICT. This will be a firm fixed price contract. Evaluation of proposals offered will include the following factors: past performance history (include three corporate or Government references with phone numbers); capability to meet the Government=92s requirement; and price. Award will be made to the offeror determined to be the =93best value=94 to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation =96 Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE =96 Offerors must include a completed copy of =93Offeror Representations and Certification=94 along with his/her offer); 52.212-4 Contract Terms and Conditions =96 Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders =96 Commercial Items; FAR 52.216-18 =96 Ordering; FAR 52.216-19 =96 Order Limitations; FAR 52.216-21 =96 Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3.=20 Submit all price, descriptive literature and technical proposals to Lee Leonard Wiech, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Lee Leonard Wiech at (612) 725-2178. Offeror=92s proposals are due by 4:30 pm on October 26, 2001. Faxed proposals will be accepted.=20
Web Link
RFQ 618-82-02 (http://www.bos.oamm.va.gov/solicitation?number=3D618-82-02)
Record
Loren Data Corp. 20011015/JSOL007.HTM (D-284 SN5104V2)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on October 11, 2001 by Loren Data Corp. -- info@ld.com