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 -- Telemedicine System for Traumatic Brain Injury, to include training and installation for the following sites: Germany - 21 Systems, and Italy - 2 Systems

Notice Date
8/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, European Regional Contracting Office, European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F08R0023
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Eliza Lee, 4906371868697<br />
 
Small Business Set-Aside
N/A
 
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. Solicitation number: W9114F-08-R-0023 issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. Only one award will be made. The Government intends to award the contract without discussions, but reserves the right to conduct discussions if determined to be necessary. The Europe Regional Contracting Office has a requirement to purchase Telemedicine System for Traumatic Brain Injury, to include training and installation. Separate attachment for required equipment will be provided. Supplies will be delivered to LANDSTUHL REGIONAL MEDICAL CENTER, PROPERTY MANAGEMENT BR, GEB 3739, 66849 LANDSTUHL/KIRCHBERG, GERMANY. The place of performance for installation of Telemedicine Systems will be at the following locations: Ansbach/Katterbach, Germany2 ea, Bamberg, Germany, 2 ea, Baumholder, Germany, 2 ea, Grafenwoehr, Germany 2 ea, Heidelberg, Germany, 1 ea, Hohenfels, Germany, 2 ea; Illesheim, Germany, 2 ea; Landstuhl, Germany, 2 ea; Mannheim, Germany, 1 ea; Schweinfurt, Germany, 2 ea; Stuttgart, Germany, 1 ea; Vicenza, Italy, 2 ea; Vilseck, Germany, 2 ea. Required delivery date: 30 days after award. CLIN 0001 - CAMERA & ILLUMINATION SOURCE (PAL) 23 EA, Equipment shall meet the following specifications : Power Supply: Automatic Switching 115-230 VAC, 110 VA, 50/60Hz, Video Outputs: Video/S-Video USB 2.0 BNC, Illumination: 4,500K Color Temp (Daylight), Exposure Control: Infinitely Variable Electronic Light Control, Horizontal Resolution: 625 lines (PAL), Approvals: Standard Safety BF according to EN60601-1. CE-mark according to guideline 93/42/EWG. The camera and light source must work together in a single unit, to ensure mounting on VTC equipment. Equipment should be able to deliver whiter, surgical-quality illumination (4,500K color temperature) to the diagnostic examinations and procedures for accurate tissue-color rendition of efficient, effective diagnoses. Light balance shall automatically adjust light intensity throughout the examination to provide a consistent, high-quality video image. CLIN 0002 GENERAL EXAMINATION CAMERA PAL, 23 EA, Medical Instrument will be used to support primary care, emergency medicine/trauma care, dermatology, ophthalmology, wound care and ability to document sexual abuse or child abuse. Equipment shall meet the following specifications - Magnification: Auto-zoom from 1-50x., Polarization: Push-button, Zoom: Push-button, Pixels: 410,000 from a 1/4 CCD, Horizontal Resolution: Greater than 430 lines, Output Signal: Composite and S-Video, Output Format: NTSC, Integrated Freeze-frame: Push-button, Color Adjustments: Auto white balance, ACC: Full iris control, Lighting: Fluorescent, Voltage Range: 110/220 VAC 10%, 50/60 Hz, or 12VDC, Lens: General purpose lens close focus, 50x polarization. CLIN 0003 - ENT/Otoscope, 23 EA, ENT/Otoscope camera providing functionality of a high performance otoscope, a short sinus scope and an oral exam scope in a single diagnostic device to meet ENT needs. Otoscopy shall be capable of assessing the outer-ear canal, ear drum, and middle ear. Instrument shall permit imagery for lower sinus and upper throat examinations. The equipment shall meet the following specifications - Optics: Rod lens, Illumination: POC Illumination lamp, Field of View: Wide angle 80 degrees. CLIN 0004 OPTHAMALOSCOPE, 23 EA, Medical instrument will provide diagnostic direct ophthalmoscope. It shall provide primary care ophthalmology examinations of the retina. View and illuminate retina, head of optic nerve, retinal arteries, vitreous humor, through an un-dilated pupil. The medical instrument shall capture images in freeze frame for extended review. Instrument shall meet the following specifications - Coaxial Optical System, Illumination: POC Field of View: Pupil size dependent, Aperture Selections: Micro, small, large, fixation, slit, cobalt, Filter Selections: Red-free, polarizing filter, Diopter Selections: -25 to +40, single increments, Focus: Adjustable focus ring for video image. CLIN 0005 - DIGITAL ELECTRONIC STETHOSCOPE, 23 EA, Medical instrument shall include signal stabilization, continuous playback, caliper isolation of signal to be analyzed, signal gain and signal filtering options, communication management and graphical waveform phonocardiogram display. Equipment must have the ability to capture lung and heart sounds in challenging transmission environments where flexible options are required for high quality auscultation. Specifications - Sound Quality: High fidelity sound, Noise: Background noise imminity, Data Transmission: Real-time & Store/Forward IP, User Interface: Remote & host units controlled by PC GUI applet. Tools (Visual Display): Calipers, Gain, Zoom, Record Length: 5, 10, 15, or 30 seconds, Filters: 4, Band-Pass, User Selectable. CLIN 0006 - 12 LEAD INTERPRETIVE ECG FOR PC, 23 EA, (Hardware/Software Combination). Equipment shall provide portability in primary care, pediatrics, and cardiology applications. The equipment shall meet the following specifications - Power : 110/220 and/or battery pack option, Intended Use should support: Resting Electrocardiogram, Anatomical Sites: 12-lead electrocardiogram. Patient leakage current 10uA Ground leakage current 50Ua, ECG Acquisition: Simultaneous 12-lead Patient Connection: 10-lead patient cable with RFI filters defibrillator protection and patient isolation. Input impedance 100 Mohm Frequency response 0.05-150, Hz Sensitivity: 5, 10, 20mm/mVADC resolution 2.44uV/bit, Analysis & Measurement: Telemed Electrocardiog The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items. (a) Award will be made on the basis of the low price technically acceptable offer. If any one subfactor under the technical factor is rated Unacceptable, you proposal will no longer be considered for contract award. The following factors shall be used to evaluate offers: Factor I - Technical. The offeror must show compliance with the requirements by submitting a written proposal which describes: Subfactor 1: All medical equipment should be able to connect to existing Polycom videoconferencing systems, such as the VSX 3000/7000/8000 series. Subfactor 2: Ability to connect to new high definition videoconferencing equipment such as VSX"/HDX" Practitioner Cart Subfactor 3: All medical equipment should be able to connect directly to the videoconferencing equipment Subfactor 4: Ability to support three different connection types: USB, Composite & S-Video Factor II Price. The Government will select the proposal that is based upon the lowest evaluated price, technically acceptable offer. EVALUATION STANDARDS. The contractors technical factors will be evaluated using the following standards for a final rating: ACCEPTABLE: A proposal that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UNACCEPTABLE: A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. SUSCEPTIBLE TO BEING MADE ACCEPTABLE: An approach which, as initially proposed, cannot be rated acceptable because of a minor error(s), omission(s) or deficiency(ies) which is capable of being corrected without a major rewrite or revision of the proposal. (NOTE: A Susceptible rating cannot be a final rating. The final rating will either increase to a rating of Acceptable or decrease to Unacceptable.) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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. The following clauses are checked: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.225-13 Restrictions on Certain Foreign Purchases, and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.225-14 Inconsistency Between English Version and Translation of Contract FAR 52.229-6 Taxes Foreign Fixed-Price Contracts; FAR 52.233-2 Service of Protest: Any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer addressed as follows: Europe Regional Contracting Office, Bldg 3705, CMR 402, APO AE 09180 OR Europe Regional Contracting Office, US Hospital, Bldg 3705, 66849 Landstuhl/Kirchberg, Germany. FAR 52.242-13 Bankruptcy; DFAR 252.204-7004 Alt A Required Central Contractor Registration; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes. The following clauses are checked: FAR 52.203-3 Gratuities; DFAR 252.225-7012 Preference of Certain Domestic Commodities, DFAR 252.232-7003 Electronic Submission of Payment Requests, and DFAR 252.243-7002 Requests for Equitable Adjustments; DFAR 252.225-7041 Correspondence in English; DFAR 252.225-7042 Authorization to Perform; DFAR 252.229-7002 Customs Exemptions (Germany); DFAR 252.232-7008 Assignment of Claims (Overseas); DFAR 252.233-7001 Choice of Law (Overseas); FAR 52.252-2 Clauses Incorporated By Reference with the following web address: http://farsite.hill.af.mil; http://www.arnet.gov/far; http://www.dtic.mil/dfars. This acquisition will be solicited in accordance with (IAW) Far Part 12-Acquisition of Commercial items. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS WILL NOT BE ACCEPTED. All responsible sources may submit a proposal or quotation, which shall be considered by the agency. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All offers are due 29 August 2008 before 1700hrs (5:00pm) Central European Time. Questions are due 25 August 2008. The Point of Contact for this requirement is Eliza Lee, Contract Specialist, +49-6371-86-8697, email eliza.lee2@amedd.army.mil. Dominick Pecora, email donminick.pecora@amedd.army.mil, Contracting Officer, +49-630-86-8470.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5a1a2393afc69812dd288bf34da93d4&tab=core&_cview=1)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE<br />
Zip Code: 09180<br />
 
Record
SN01642549-W 20080817/080815230017-b5a1a2393afc69812dd288bf34da93d4 (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.