Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

65 -- Sugergy Imaging System

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-07-RQ-0124
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotations will not be issued. (ii) The reference/solicitation number is VA-263-07-RQ-0124 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a contract and corresponding purchase order. Responses to this request for proposal are not offers from which an award can be made. Instead, to establish a contract, the Department of Veterans Affairs (the "VA") must make an offer that can be accepted by the contractor. The contractor can accept the government's offer by (1) a signed written acceptance of the government's offer or (2) by substantial performance in compliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-18. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 423450 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of one line item: Line Item 0001: Computer Imaging System (surgery mapping system), capable of meeting the specific requirements listed in paragraph (vi) below. Quantity: 2. (vi) The Department of Veterans Affairs has a requirement for two surgery imaging systems (Minneapolis, Minnesota, and in Iowa City, Iowa). The systems should use images such as x-ray, CT, MRI and Ultrasound to provide a more precise image of the surgical area to allow surgeons to map the safest, least invasive path during surgery. The system should possess the following characteristics: (a) be user friendly and be simple of use; (b) be applicable to spinal, brain, ENT, and hip and knee orthopedic applications; (c) derive coordinates from a CT localizer and fuse CT and MRI images; (d) capability of using fiducials and surface (non-fiducial) registration; (e) ability to electronically transfer radiological images obtained at the VA to the system in the OR as well as the ability to load images obtained from outside the VA (via portable media, i.e. CD or DVD); (f) have separate reference frames for at least spine, ENT; (g) have a headrest system consisting of a skull clamp and base unit that has the following characteristics: allows for a 3-point rigid skeletal fixation for the supine, prone, lateral, or sitting position; allows for procedures to be performed in all positions; provides freedom for surgeons in placement of fixation pins; ability to insert under direct pressure; have a 360 degree rotation under full pressure; have the ability to use with all standard operating tables; (h) training: readily available representative to help train residents; (i) software capable of interfacing with pertinent radiological images regardless of manufacturer; (j) surgical devices that allow precise localization of all surgical tools; (k) options for future upgrades and service contracts; (l) Ability to secure any ePHI stored on the unit (i.e. strong passwords OR domain authentication OR no data stored on PC, etc.); (m) options for Biomedical Technician training. (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order. One system will be delivered to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. The other system will be delivered to VA Medical Center, 601 Highway 6 West, Iowa City, Iowa 52246. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporates the following addenda to 52.212-1: 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Janice Byrd, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. In submitting quotations, please provide a schedule of all required items and ancillary items required to meet this request. In addition, please provide a description of how the proposed item/s meet the requirements listed above and how the proposed item addresses the evaluation factors listed below. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors listed in equal order of importance shall be used to evaluate offers: (a) Whether and to what extent the offering illustrates the technical capabilities listed above; (b) Human factors design including ease of use, intuitive operation, capabilities, and workflow efficiencies; (c) Anticipated reliability and serviceability including any offered upgrades and service contract; (d) The extent of training provided, including any proposed Training Plan and the availability of training; (e) Past Performance: Provide up to three (3) references from a firm or agency in which your company has provided the same or similar type of equipment described in this solicitation. Each reference must represent equipment that is currently being used within the past three (3) years. Include the name, address, telephone number and point of contact of the firm or agency. In accordance with FAR 15.305(a)(2), offerors with no relevant performance history will receive a neutral rating. REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE SYSTEM (CPS) (a) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, the Contractor Performance System (CPS), which is maintained by the National Institutes of Health (NIH). The CPS database information is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. (b) Each contractor whose contract award is estimated to exceed $100,000 is required to register with the NIH CPS database at the following web address: https://cpscontractor.nih.gov. Help in registering can be obtained by contacting CPS Support E-mail (cps-support-l@list.nih.gov) or by calling (301) 451-2771. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the contractor's registered representative. (c) For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor's performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPS to the contractor's designated representative for comment. The contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. (d) Failure to have a current registration with the NIH CPS database, or to re-assign the report to the VA contracting officer within those thirty days, will result in the Government's evaluation being placed on file in the database with a statement that the contractor failed to respond; (f) Price. Technical capabilities, human factors, anticipated reliability and serviceability, the extent of training offered and past performance when combined, are significantly more important than cost or price. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition and incorporates the following addenda to 52.212-1: 52.232-18, Availability of Funding, 852,270-4, Commercial Advertising. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, 52.219-16, Liquidated Damages - Subcontracting Plan; 52.219-25, Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting; 52.219-28, Post Award Small Business Program Representation; 52.203-6 Restrictions On Subcontractor Sales to the Government; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5, Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. In accordance with the provision 52.225-18, Place of manufacture listed in paragraph (viii) above, the contractor must indicate the following in section (b): For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly - (1) In the United States (this is applicable if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States; or (2) Outside the United States. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) RESPONSES ARE DUE TUESDAY SEPTEMBER 4, 2007, by 3:30 p.m. central standard time. (xvii) Submit faxed quotation to - Lindsay C. Roop, at (612) 467-2072 with signed original forwarded by mail to: Lindsay C. Roop, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Lindsay Roop at 612-467-2176 for more information regarding this solicitation.
 
Place of Performance
Address: Iowa City, Iowa;Minneapolis, MN;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
Country: USA
 
Record
SN01398639-W 20070909/070907221029 (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.