Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

65 -- Hypercare Dialysis System

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0153
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-07-RQ-0153 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This requirement is a 100% service disabled veteran owned small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 423450 Hypercare Dialysis Management Software; Size Standard 500 employees. DESCRIPTION: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, Ohio 44106, (hereafter known as the VAMC), is seeking a Hypercare Dialysis Management Software System that is manufactured by Fersenius; brand name or equal is acceptable. This system is to optimize coordination of patient care the Department of Veteran Affairs Program Renal Chief has made it a high priority for all VA Medical Center Hemodialysis Units to have dialysis treatment records integrated into CPRS. This will facilitate efficient patient care as well as better document the status of the patient during the critical"hand-Off" from one provider to another during various aspects of that care. The VAMC is requesting a Hypercare Dialysis Management software system (brand name or equal) in quantity. This will be a one-time procurement. REQUIREMENTS: (1) The system shall be capable of working with the VA computer team at Hines VA to allow integration of their proprietary software program Hypercare with CPRS via the VA's "Clinical Procedures: Hemodialysis " software package. No other hardware/software is available to interface with our dialysis machines and Fresenius is a mandatory vendor for this project. Briefly the hemodialysis machines from a virtual local network. For each treatment hemodialysis nurses will be able to input patient specific data in Freenius designed dedicated keyboards attached to the dialysis ,machines. This data input will be via the Hypercare software program. That data as well as hemodialysis machine (flows and pressures), patient vital signs and all subsequent nurse input data will go to a Sun workstation server. This server will in turn save the raw data and send it to CPRS. All pertinent dialysis records will be available to all medical care providers with CPRS access. This machine will allow facilitating efficient patient care as well as better documentation if the status of the patient during critical "hand off" from one provider to another during various aspects of the care. PRICING AND LINE ITEMS: This contract is a one-time procurement. The following items must be "Brand Name or Equal To" 1. Hypercare Dialysis Management software 20 ea; 2. CPRS Interface 1 ea; 3. On site training /Consulting Implementation One week data build, one week staff training and one week production support 1 Job 4. Annual maintenance and support 1JB; 5. Sun fire V240 (1.3 Ghz UltraSparc III, 1GB RAM, 4x73 GB Drives, 2x10/100 Ethernet. 6. SUN System Support 24x7x4 1 year onsite. (Support for the dataserver) 1 EA; 7. APC Smart 1000V UPS. Uninterrupted power supply for server electrical protection 1EA; 8 Solaris/Oracle Software Install-Telnet, ffp setup, configuration 1EA; 9 DDS-4 Tape Back-up device 1 EA.;10 Chair side Machine Communications/mounted data entry device 30 EA; 11 Oracle License per station 20 EA; 12 Hemodialysis machine upgrades 30 EA (refer to the various option clauses for details. Offerors shall thoroughly review the twelve requirements listed above and provide pricing for the system. Quotes with additional pricing and features will be considered, provided the minimum requirements of the Government have been met. The contractor shall provide a description of the system and its components along with pricing information. Quotes must contain a proposed installation timeline. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, training, and local taxes). Based upon VAMC requirements the contract may be modified to add additional components as needed. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. The technical elements are significantly greater than the price element. (1) Technical: (a) Quality of system; (b) overall features of systems. (2) Past performance: please include three references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating; (3) Price: Quote for each line item; including but not limited to: cost of system, and cost of installation. (4) Warranty: Indicate terms; (5) Installation: 30 Days FOB Destination is requested, the government will arrange for a third party carrier if the estimated shipping cost is in excess of $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran? owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Submit written offers only, oral offers will not be accepted. 52.211-6, Brand Name or Equal applies to this acquisition. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222?36,52.222-37,52.225-3 Alternate I. Clause 852.270-4 Commercial Advertising applies to this acquisition. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Antoinette Collins (Antoinette.Collins@va.gov) in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Questions submitted after August 4, 2007 that may affect the competitive process can not be addressed. Quotes are due no later than COB, 4:30 p.m. EST August 10, 2007. Quotes can be sent by email Antoinette.Collins@va.gov or fax to 440-838-6052. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.go
 
Web Link
va link
(http://www.va.gov)
 
Place of Performance
Address: 10000 Brecksville Road;Brecksville Ohio 44141
Zip Code: 44141
Country: United States
 
Record
SN01395209-W 20070907/070905220738 (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.