Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

65 -- OrthoScan Equipment for the VA - STVHCS

Notice Date
8/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA South Texas Health Care System, Department of Veterans Affairs South Texas Health Care System, Department of Veterans Affairs;South Texas Veterans Health Care System;7400 Merton Minter;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA-257-08-RQ-0238
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
CHANTEL SMITH, CONTRACTING OFFICERPH: (210) 949-3810<br />
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is VA-257-08-RQ-0238. Provisions and clauses in effect through Federal Acquisition Circular 05-26 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. This solicitation is a 100% small business set-aside. The NAICS code is 339112, with a small business size standard of 500 employees. The Government contemplates award of a firm fixed price contract. The South Texas Veterans Healthcare System requests responses from qualified sources capable of providing an OrthoScan-HD Mini C-Arm System with accessories (or an equivalent). The Government contemplates award of a firm fixed price contract. Salient Characteristics: The system shall consist of: Manufacturer Item No. 1000-0001, OrthoScan-HD Mini C-Army System Model (Qty: 1 Unit: Each): 1000 with High Definition 1Kx1K Camera and Monitor, 18" LCD High Resolution flat-panel monitor, Dual Mode: 6" and 4" Cesium lodide Intensifier, power Range: 40-75 KVp, 40-100 micro amps, 45 micron local spot x-ray source, Center mounted iso-centric C-arm, Custom Embedded Operating System, Single Key Operation for ease of use, USB archival/PACS compatible, 4000 image storage capacity (expendable) 100% solid state, Weight 185 lbs; Manufacturer Item No. 915-0005, Digital Printer (Qty: 1 Unit: Each); Manufacturer Item No. 915-0003, DICOM for pacs server (Qty: 1 Unit: Each) ; Manufacturer item no. 915-0006, Wireless Foot Switch (Qty: 1 Unit: Each) ; Manufacturer Item No. 270-0006, Digital Video Recorder (Qty: 1 Unit: Each); Manufacturer Item No. 1000-0301,.25mm Lead Apron (Qty: 1 Unit: Each); Manufacturer Item No. 1000-0100, Mini C-Arm Drapes (20 per case) (Qty: 1 Unit: Case); Manufacturer Item No. 1000-0101, Thermal Printer Paper (5 per case) (Qty: 1 Unit: Case) One-Year Warranty (Parts and Labor) and On Site In-Service Training OR EQUAL Delivery (FOB DESTINATION): On-site delivery to: Department of Veterans Affairs ATTN: Supply Warehouse 7400 Merton Minter Blvd San Antonio, TX 78229 Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. FAR PROVISIONS and CLAUSES: FAR 52.211-6 Brand Name or Equal FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; VAAR 852.203-70 Commercial advertising; VAAR 852.211-70 Service data manuals; VAAR 852.211-71 Special notice; VAAR 852.211-73 Brand name or equal; Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to San Antonio, TX. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quote/Proposal Instructions: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Chantel Smith, Contracting Officer at Chantel.Smith@va.gov. Proposals are due by 4:30 PM Central Time on 25 AUGUST 2008. Any questions must be addressed to Chantel Smith by email only NLT 20 AUGUST 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f85e3438f8195350e523fbe96e801b1&tab=core&_cview=1)
 
Place of Performance
Address: HARLINGEN SPECIALTY CLINIC;2106 Treasure Hills Blvd.;HARLINGEN, TEXAS<br />
Zip Code: 78550<br />
 
Record
SN01641783-W 20080817/080815224109-5f85e3438f8195350e523fbe96e801b1 (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.