Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2002 FBO #0039
PRESOLICITATION NOTICE

65 -- Coronary Brachytherapy System

Notice Date
1/8/2002
 
Notice Type
Presolicitation Notice
 
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
618-99-02
 
Response Due
1/30/2002
 
Archive Date
3/1/2002
 
Point of Contact
Point of Contact - Linda Kelly, Contracting Officer, (612) 725-2183, Contracting Officer - Linda Kelly, Contracting Officer, (612) 725-2183
 
E-Mail Address
Email your questions to Linda Kelly
(linda.kelly2@med.va.gov)
 
Description
This is a Combined Synopsis and Solicitation. #RFQ-618-99-02-LK entitled ?Vascular Brachytherapy System.? It is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 01-03 and VAAR 97-8. The VA will conduct this procurement according to a combination of FAR Parts 12 and 13. The North American Industry Classification (NAICS) Code that applies is 339112 (surgical and medical instruments) and the small business size standard is 500 employees. THIS ANNOUNCEMENT CONSITUTUES THE ONLY SOLICITATION/BID DOCUMENT THAT WILL BE ISSUED. A separate written solicitation/bid document will not be issued. Contractors are requested to submit both (1) a cost proposal and (2) a written technical proposal in response to the requirements listed below. The Contractor may submit his proposal on his company?s letterhead or his company?s formal bid proposal form. All offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The Offeror MUST ADDRESS ALL items listed below in the VA?s requirements, by submitting in his separate technical proposal, an explanation of how the products he is proposing will meet each of the VA?s requirements. The Contractor?s price and technical proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for equipment offered must also be included in proposal/bid package. The VA Medical Center (VAMC), Minneapolis, Minnesota, has a requirement for a one year contract with one 12-month option to renew for a Vascular Brachytherapy System that uses intracoronary beta radiation to treat patients with arterial or in-stent restenosis after PTCA interventional procedures. The VAMC?s minimum requirements include the following: (1) A beta radiation source and delivery system that will deliver the radiation through a catheter to the restenosis site. System shall include all applicable ancillary supplies required to initiate the start up of a coronary brachytherapy system at the VA Medical Center, Minneapolis. Be sure to list all equipment and supplies and their cost. Contractor may supply all equipment, instrumentation and the radiation source through a lease plan and the VA will purchase the delivery catheters. (2) The system must be approved by the FDA for vascular brachytherapy treatment procedures. (3) Contractor will monitor, remove, and replace the radiation source as required at no additional charge to the lease price (4) Contractor will provide training for the use of his brachytherapy system to the VA Medical Center?s physicist, cardiologist and radiation therapy specialist. (5) Contractor will provide delivery and installation of the system at the VA Medical Center, Minneapolis, MN. NOTE: Acceptance of the system will not be made by the VAMC until a fully installed and operational system has been provided and VA staff have been trained in its use. If deliveries made by the Contractor will not be FOB Destination he must provide the delivery charges with his proposal. (6) All maintenance will be provided by the Contractor throughout the contract period at no additional charge to the government. (7) Contractor is also requested to address time frame associated with: Delivery after Receipt of Order; Installation; and Training; FOB point and Shipping Charges (if applicable), and Prompt Payment Terms. The title to all equipment provided will remain with the contractor and at the end of the contract period all equipment provided will be considered property of the Contractor and must be picked up within 30 days of the end of contract term. A Firm Fixed Price Contract will be awarded with a base year and one 12-month option, for a total contract period not to exceed two years. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of system offered to meet the governments requirements as listed; (b) reputation in the trade and past performance history of contractor; (c) and price. Award will be made to the offeror determined to offer the ?best value? to the Government. Technical capability and past performance will be weighted significantly higher than price. Evaluation may be made with or without discussions with the offerors. All responsible sources that can meet the requirements and provide the 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 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. 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items (NOTE: OFFERORS MUST INCLUDE A COMPLETED COPY of ?Offeror Representations and Certification? along with his/her offer); 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Satutues on Executive Orders ? Commercial Items; VAAR 852.270-4 Commercial Advertising; 852,237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officer. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far for FAR clauses and http://www.va.govoa&mm/vaar/ for VAAR clauses. Contractor?s proposal shall include: a technical proposal, a price proposal, descriptive literature, at least three references including names and phone numbers, and a completed copy of provision 52.212-3 ?Offeror Representations and Certifications?. Proposals shall be submitted to Linda M. Kelly, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Linda Kelly at (612) 725-2183. Offeror?s proposals are due by 4:00 pm CST on January 30, 2002.
 
Web Link
RFQ 618-99-02
(http://www.bos.oamm.va.gov/solicitation?number=618-99-02)
 
Record
SN20020110/00012428-020109090247 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.