Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
DOCUMENT

99 -- Ultrasound Scanner Simulator for VA Palo Alto VAMC (Includes starter kit and table-top cart) - Attachment

Notice Date
9/13/2013
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg. 209;McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26113R1975
 
Response Due
9/19/2013
 
Archive Date
11/18/2013
 
Point of Contact
Leala Jew
 
E-Mail Address
3-4516<br
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - VA261-13-R-1975 This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. NOTE: This is a 100% Set-Aside for Small Businesses. DUE DATE OF PROPOSALS: Thursday, Sep 19, 2014, by 4pm, Pacific Standard Time (PST) The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code is 339112 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, effective 08/01/13. Only emailed requests received directly from the requester are acceptable. Offers are due electronically to Leala.Jew@va.gov no later than the date and time listed on FBO. Only electronic offers will be considered. All questions concerning this solicitation must be received by Sep 16, 2013, 3 PM PST. Section B: Price/Cost Schedule Provide a unit price, extended amount and grand total for all items. The total amount must be inclusive of any shipping cost. Brand Name or Equal to Quantum Leap Medical Clin Item No.Model/ No.DescriptionQtyUnitUnit CostTotal 0001eZ3000 (eZono)eZono Ultrasound System1EA$$ 000235CL60 eZono Starter Kit convex LF Probe1EA$$ 00033013002eZono Desktop Stand - 1EA$$ Total Amount$ *Vendors are to use this Price Schedule to submit pricing. Any deviations to this document may be deemed unresponsive and may be rejected. Salient characteristics of the eZono Ultrasound Simulator System 1. Ultrasound system designed for the training needs of anesthetists, emergency care providers and other health care providers (Simulating what the providers would use in their real environment) 2. Base system includes: Linear Probe, ultrasound monitor and software, Battery pack, power supply and cable, ultrasound gel to be use with simulator, Manual in English, and 4GB memory stick 3. Used to visualize nerves 4. Used for regional anesthesia and vascular access 5. Used for training and research 6. Portable, light weight: can easily be transported to other areas for teaching 7. Range of probes: linear, convex 8. Range of linear, convex and micro-convex probes available with unique features for: Nerve Blocks e.g. Plexus Brachialis, Sciatic Nerve, Epidural and Spinal, Rescue Blocks Emergency Procedures e.g. Fast, Feel and Prep 9. Abdominal Aortic Aneurysm 10. Pleural Examination 11. Internal memory; store up to 30, 000 images or 30 minutes of continuous video 12. USB ports, express card port 13. Built in microphone 14. Superior image quality; can be customized to resemble real clinical equipment 15. Real time auto contrast 16. Icon based graphical user interface: makes it easy for learners to learn 17. Touch screen 18. Simple to use 19. Easy to clean 20. Fast boot time; important for on the spot training 21. Long battery life; not tethered by a power cord 22. Easy to understand user interface: direction from computer system for learner 23. Can allow self-directed learning (cue cards) 24. Customization of learning 25. Able to offer software upgrades Salient Characteristics of the Starter Kit: 1. Linear probe 2. Ultrasound simulator (screen and software) specs: Weight: 4.9kg Dimensions: 32,4cm x 28,2cm x 9,3cm 4GB internal memory 26.4cm diagonal LCD touch screen (24bit, 60 million colors) Digital broadband architecture 2x USB 2.0 ports, 1 Express Card port, built-in microphone. Proprietary Linux operating system Less than 20 seconds start time Icon-based graphical user interface via touch screen Upgrade via USB for continuous improvement throughout its life time Store up to 30,000 images or 30 minutes of continuous video 3. Teaching system: cue cards a. Guide you through regional anesthesia and vascular access applications. They accelerate your learning curve with 3D anatomical tools, reference images and videos. b. Interactive anesthesia specific module for training. The Cue Cards are accompanied for application specific imaging pre-sets to facilitate the use of our portable ultrasound system. c. Pre-programmed or customizable d. The Cue Card system guides you step by step through the most common regional anesthesia procedures: Inter-scalene, Supraclavicular, Axillary, Intercostal, Femoral, Proximal Sciatic, and Distal sciatic e. Additionally the following vascular access are also implemented: Internal jugular, Axillary, and Femoral 4. Battery pack 5. Power supply and Power cable 6. Ultrasound gel (100 cc tube) 7. Technical manual (English) 8. USB memory stick (4GB) Salient Characteristics on the Table-top Cart: 1. A robust tabletop cart that allows the positioning of the ultrasound simulator in any angle in 180 degrees and has three special adaptive probe holders. 2. The table top stand will allow the ultrasound simulator to be adjusted for optimal viewing during ultrasound scanning and regional anesthesia needle placement. 3. The stand is compact size allowing ease of use, low weight and with highly moveable casters. 4. Has a support tray for a printer and transformer. 5. Able to manage and integrate the cable lines B.2 DELIVERY SCHEDULE CLIN Item No.QuantityGovernment Required Delivery (ARO)Offeror's Proposed Delivery (ARO) ALLALL30 DAYS DELIVER TO: Veterans Affair Palo Alto Health Care System 3801 Miranda Avenue Palo Alto, California 94304 Attention: Ms. Cynthia Shum, 650-814-9645 Email: Cynthia.Shum@va.gov Vendor is to contact Ms. Shum before making delivery to ensure correct address. Federal Acquisition Regulation (FAR) Clauses FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule. The Government will award to the lowest priced, responsible, technically acceptable offeror. Technical Capability: Offeror's technical capability shall be evaluated based on compliance with the "salient characteristics" listed in Section B of this solicitation. FAR 52.212-1 INSTRUCTIONS TO OFFERORS As a minimum, offers must include: 1. Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. 2. Contact information, Name, Phone Number, Fax Number and email address 3. Mailing address and Remit to address, if different than mailing address 4. Acknowledgment of Solicitation Amendments 5. Offeror's Federal Tax ID Number; 6. Offeror's DUNS number 7. Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) 8. Offerors must be register in www.SAM.gov to be eligible for Federal Contracts. Solicitation Provisions/Contract Clauses: FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2012): Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2012) For the purposes of this clause items (b) 4,6,10,23,26,27,28,29,31,38,40,42, and 48 are considered checked and apply. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/farsites.html and http://farsite.hill.af.mil/vfvara.HTM respectively. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998); for the purpose of this clause, the fill-in's are http://farsite.hill.af.mil/farsites.html and http://farsite.hill.af.mil/vfvara.HTM respectively. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) (a) 811.107(a) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113R1975/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-13-R-1975 VA261-13-R-1975 COMBINED SYNOPSIS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1004518&FileName=VA261-13-R-1975-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1004518&FileName=VA261-13-R-1975-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03187118-W 20130915/130913235213-01e791860bdfe4f3bdf29587ae2d23c2 (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.