Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

65 -- Radiology PACS Workstations

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Scott Hendrix;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0612
 
Response Due
9/21/2010
 
Archive Date
10/21/2010
 
Point of Contact
Scott E Hendrix
 
E-Mail Address
cting
 
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 in conjunction with the policies and procedures for solicitation, evaluation, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with BRIT Systems of Dallas, TX for Diagnostic Work Stations and BRIT DICOM integration and license fees for BRIT Picture Archiving and Communication System (PACS). The government believes that BRIT Systems is the only manufacturer that will satisfy the agency requirements (ii) The solicitation number is VA-263-10-RQ-0612 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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 334112 (small business size standard of 1000 employees). (v) This requirement consists of five (5) line items: 1) Viewer, Diagnostic, BRIT vision, 2x3MP+C, includes software upgrades for one year, 6 ea. 2) Switch, KVM, Logear DVI 2-port USB KVM, 6 ea. 3) Viewer, BritView/Brit PACSView, includes installation and 3x2 hour training sessions, 1 ea. 4) QC Hardware replacement with workstation and graphic card, includes 3 year on-site support, 1 ea. 5) Monitor, Image Systems, 3MP, includes Embedded Photometer, 5 year warranty and installation, 1 ea. (vii) This solicitation will require the inclusion of security language from VA Handbook 6500.6, located at https://www.voa.va.gov/DocumentView.aspx?DocumentID=228. The awardee will be required to agree with and act upon the following sections of that handbook: 1. General, 2. Access to VA Information and VA information Systems, 4. Information system design and development-paragraphs (c,d,e,g), 5. Information System Hosting, Operation, Maintenance, or Use - paragraphs (,h), 6. Security Incident Investigation, 9. Training. (viii) 52.212-1 Instructions to Offerers - commercial Items, apply to this solicitation with the following addenda: 52.216-1,52.233-2, 852.233-70, 852.233-71. (ix) 52.212-2, Evaluation - Commercial Items; 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 shall be used to evaluate offers: (a) Technical; (b) Past Performance; Provide 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 work that is currently being performed or performed within the past three (3) years. Include the name, address, telephone number and point of contact of the firm or agency (c) Price. Technical and past performances, when combined, are significantly more important than cost or price (x) 52.212-3 Offerers Representations and Certifications - Commercial Items- the contractor must return a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items apply to this solicitation with the following addenda, FAR 52.252.2, 52.224-1, 52.224-2, VAAR 852.203-70, 852.211-70, 852.246-70, 852.273-75, 852.273-76, 852.252.70, 852.246-71 (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: 52.203-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19. 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.225-5, 52.225-13; 52.232-34, 52.239-1 (xiii) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service/supply have three (3) calendar days from publication of this notice to submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xvi) RESPONSES ARE DUE TUESDAY, September 21, 2010, by 10:00 am. central time (ct). (xvii) Submit faxed quotation to - Scott Hendrix, at (612) 333-3667. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0612/listing.html)
 
Record
SN02286486-W 20100919/100917235249-022196bde6035df0d54bfdea334fd07a (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.