Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

65 -- Multi Channel ECG Measurement System

Notice Date
1/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-08-RP-0080
 
Response Due
1/25/2008
 
Archive Date
3/25/2008
 
Point of Contact
Jonathan Jewel Procurement Clerk 440-526-3030 x7455
 
E-Mail Address
Email your questions to work account
(jonathan.jewel@va.gov)
 
Small Business Set-Aside
N/A
 
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-250-08-RP-0080 is being issued as Request for Proposal (RFP) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 334510 Electro-medical and Electrotherapeutic Apparatus Manufacturing. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking proposals. Proposals with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Proposal shall contain a proposed delivery, installation, and in-service timeline. The Cardiology Department is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing for a FDA approved multi channel ECG measurement system as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITMES: 1) 136 channels front-end with: 128 unipolar channels for EEG, ECG or HD-EMG, 4 polygraphy channels bipolar for ECG, EMG or EOG, 4 polygraphy channels Aux for sensors like temp, resp, pressure, Refa housing, Max. Sample rate 2048 Hz (1024 Hz when 2 REFA's used in parallel). 2) Optical fibre cable 10m 3) PCI card for connection via optical fibre to PC 4) External Power Supply 5) Drivers for Windows 2000 and XP 6) 2 patient ground cables 7) Portilab software 8) CE-declaration of conformity 9) Manual English 10) Product details 11) Case Application specific package: 1) Shielded cables to connect 256 electrodes, configuration to be discussed with the user 2) PC including TFT Monitor and 2 high speed PCI interface cards 3) Software is installed on the PC and runs with two REFA systems connected in parallel. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer). 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. (1) Technical capability: Must be FDA approved and defibrillator proof. Offerors must provide evidence of compliance with their proposal to be considered. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include 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 the requirements listed above. Technical and past performance when combined are significantly more important then price. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFP have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFP. WARRENTY AND SERVICE: Indicate terms. A one year warranty is requested. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $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. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. 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: 52.204-7 (CCR registration) 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.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). 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 by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. 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 Jonathan Jewel, Contract Specialist Intern or to Mark Rebholz, Contract Officer, by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Questions submitted after 12 noon Thursday January 24, 2008 that may affect the competitive process can not be addressed. Quotes and accompanying information are due no later than 10 a.m. EST Monday January 28, 2008. Technical questions and Quotes must be sent by email to jonathan.jewel@va.gov and mark.rebholz@va.gov.
 
Web Link
Agency Home Page
(http://vaww.cleveland.med.va.gov/)
 
Place of Performance
Address: LOUISE STOKES CLEVLAND VAMC;10000 Brecksville Rd;Brecksville OH
Zip Code: 44141
Country: USA
 
Record
SN01489530-W 20080124/080122223426 (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.