Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

65 -- Hypercare Dialysis Management Software

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Cincinnati VA Medical Center;3200 Vine St;Cincinnati OH 45220
 
ZIP Code
45220
 
Solicitation Number
VA-250-07-RQ-0074
 
Response Due
7/23/2007
 
Archive Date
9/21/2007
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation VA-250-07-RQ-0074 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 513-475-6339, ATTN: Timothy J. Perkins. The North American Industry Classification System (NAICS) number is 325414 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is Unrestricted. The Manufacturer is Fresenius USA. The lists of items are as follows: Line Item 0001: Hypercare Dialysis Management Software 13 EA - UNIT PRICE ______, TOTAL PRICE ______.; Line Item 0002: CPRS Treatment Interface 1 EA - TOTAL PRICE________; Line Item 0003: On-site Training/Consulting Implementation 3 weeks. 1 week for database build, 1 week for staff training & 1 week for production support 1 UN - TOTAL PRICE ______; Line Item 0004: Annual maintenance & support. 24 hour on-call support, database maintenance & support upgrades 1 EA - TOTAL PRICE ______; Line Item 0005: Sunfire Central Server 210 1 EA - TOTAL PRICE ______; Line Item 0006: Tape Back-up Device 1 EA - TOTAL PRICE ______; Line Item 0007: Sun System Support 24 x 7 for 1 year 1 EA - TOTAL PRICE ______; Line Item 0008: DDS4 4MM DAT Data Cartridges 2 PG - UNIT PRICE ______ TOTAL PRICE ______; Line Item 0009: Unix/Oracle Software Install 1 EA - TOTAL PRICE ______; Line Item 0010: Chairside Machine Communication/mounted Data Entry Device. 1 YR warranty 13 EA - Unit Price ______; TOTAL PRICE ______; Line Item 0011: Oracle Licenses 13 EA - UNIT PRICE ______; TOTAL PRICE ______; Line Item 0012: Symantec PC 1 EA TOTAL PRICE ______. And Line Item 0013: Estimated Shipping costs 1EA _______. Please include your grand total. Equal items require specification sheets, manufacturer, and part numbers. FOB destination delivery date of 30 September 2007 to VAMC, 3200 Vine Street, BIOMED/for 8 East Dialysis, Cincinnati, OH 45220. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 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, to include clauses: 14, 15, 16, 17, 18, 19, 20, 21, 24, 26, and 32. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B) (2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; upon request, the contracting officer will make their full text available. Offers are to be received at the Veterans Affairs Medical Center, 3200 Vine Street, Cincinnati, OH 45220, and ATTN: Timothy J. Perkins, no later than 2:00 P.M. eastern daylight time on 23 July 2007. Contact Timothy J. Perkins, Contract Specialist, at 513-475-6339 or FAX 513-475-6334.
 
Web Link
Federal Business Opportunities
(http://www.fbo.gov)
 
Place of Performance
Address: VAMC;3200 Vine Street;Cincinnati, OH
Zip Code: 45220
Country: USA
 
Record
SN01337098-W 20070711/070709220747 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may 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.