SOLICITATION NOTICE
65 -- Ophthamalic Imaging System
- Notice Date
- 2/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Director, Acqu= isition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minn= esota 55417
- ZIP Code
- 55417
- Solicitation Number
- 618-71-03
- Archive Date
- 3/28/2003
- Point of Contact
- Point of Contact - Lee Wiech, Contract Specialist, (612) 725-2178,= Contracting Officer - Lee Wiech, Contract Specialist, (612) 725-2178
- E-Mail Address
-
Email your questions to Lee Wiech
(lee.wiech@med.va.gov)
- Description
- This is a combined synopsis/solicitation. Request for Quotation #RFQ-618-71-03 entitled =93Ophthamalic Imaging System=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 01-12 and VAAR 97-9. NAICS Code 423450 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. Ophthamalic Imaging System will allow for all clinical imaging procedures to be done digitally, to include external, slit lamp/anterior segment and retinal imaging. The system will include the following: 1) Capture Station with the following minimum equipment and software requirements: a. Personal Computer with Windows 2000 operating system, 512 MB RAM, 100GB hard drive, 200GB mirror drive, USB/Firewire/SCSI connectivity, DVD-RAM drive for archive storage with mirror drive redundant back-up, CDRW drive for additional storage; b. 21=94 high resolution color monitor, c. Keyboard, d. Mouse, e. 6x8 graphic input tablet with pen (USB connection), f. Multi-card reader (compact flash, Microdrive, smart media, memory stick, SD memory), g. Imaging Boards for digital color and monochrome cameras, h. All necessary cables and connectors. 2) One (1) each Ophthamalic Imaging System Software w/license. Software must be scaleable and upgradable, with PhotoDynamic Therapy (PDT) calibration and analysis tools, MPS rings, image mapping and overlay, image animation, Real-time automatic image enhancement for individual and multiple sets of images, SQL compliant patient database, DICOM compatible, Utilizes standard networking protocols, Multi-user capability, Stereo viewing of ophthalmic images with LCD shutter glasses, (includes necessary video board, transmitter, and cables). 3) Two (2) each Ophthamalic Imaging System Review Station Software w/license. Software must be fully scaleable and upgradable, with PhotoDynamic Therapy (PDT) calibration and analysis tools, MPS rings, image mapping and overlay, image animation, Real-time automatic image enhancement for individual and multiple sets of images, SQL compliant patient database, DICOM compatible, Utilizes standard networking protocols, Multi-user capability, Stereo viewing of ophthalmic images with LCD shutter glasses (includes necessary video board, transmitter, and cables). 4)=20 Un-interuptable power supply specifically designed to support imaging system. 5) 1300x1030 resolution true digital-capture camera for color capture, including all necessary cables and connectors for system connectivity. 6) 1300x1030 resolution for true digital-capture camera for monochrome capture (Fluorescein/ICG angiography) including all necessary cables and connectors for system connectivity. 7) Live, ICG viewing upgrade. (requires 3 port head on retinal camera) 8) Set up and Installation. 9) Training expenses. 10)F.O.B. =96 Destination. This will be a firm fixed price contract. Evaluation of proposals offered will include the following factors: capability to meet the Government=92s requirement; past performance and price. Capability to meet the Government's requirement and past performance, when combined, are significantly more important than price. Award will be made to the offeror determined to be the =93best value=94 to the Government.=20 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.=20 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. 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 Close of Business on February 26, 2003. Faxed proposals will not be accepted.
- Web Link
-
Draft RFP 618-71-03
(http://www.bos.oamm.va.gov/solicitation?number=3D618-71-03)
- Record
- SN00261413-W 20030221/030219213342 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |