Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
DOCUMENT

70 -- VA246-14-Q-0780 ORTHOVIEW DIGITAL TEMPLATING SOFTWARE - Attachment

Notice Date
6/3/2014
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24614Q0780
 
Response Due
6/6/2014
 
Archive Date
9/13/2014
 
Point of Contact
Jay James
 
E-Mail Address
jay.james2@va.gov
(jay.james2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION PROVIDE ALL TOOLS, MATERIALS, LABOR, LICENSE AND TRAINING FOR THE INSTALLATION AND DEPLOYMENT OF A ORTHOVIEW DIGITAL TEMPLATING SOFTWARE, BRAND NAME TO ORTHOVIEW. (I) This 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. All Small Businesses submitting an offer must be registered on www.ccr.gov and https://sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA246-14-Q-0780. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (IV) This procurement is restricted to Small Business Concerns. The associated NAICS code is 541511. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Brand Name Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1OrthoView version 6 - Concurrent License... LOCAL STOCK NUMBER: ov 6 cl - 2.00EA____________________________________ 2J2 MARKER... LOCAL STOCK NUMBER: j2 mark - 3.00EA____________________________________ 3Remote installation on a dedicated server system over a VPN connection (hardware not included)... LOCAL STOCK NUMBER: OV INSTALL/RM - 1.00EA____________________________________ 4Clinical Applications Training On Site per day, first day, including travel related expenses... LOCAL STOCK NUMBER: OV CAT/OS - 1.00EA____________________________________ 5Clinical Applications Training On Site per day, for additional consecutive days (up to 3 days)... LOCAL STOCK NUMBER: OV CAT/ADD - 1.00EA____________________________________ 6Annual Software Support & Maintenance Package in addition to the first 12 months. 20% discount - applicable to Support and Maintenance packages of 4 or more years... LOCAL STOCK NUMBER: OVAS\T\M - 1.00EA____________________________________ (VI) Description of requirements is as follows: Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. OrthoView initially plans the installation and training dates with the site. Once approved providing complete documentation for the process, OrthoView engineers working with VA PACs or IT members will install the centralized folder storage in the Orlando VA centralized storage OrthoView will supply OV created API's allowing for full integration with the Philips PACS system and the OV viewers at the local medical facilities. There is no limit on how many viewers can be downloaded to desired locations and each viewer can be shared but used by only one user at a time. Both OV Engineers and VA Support members fully test the installation. Once tested this is followed by onsite training where the OV onsite engineer test all aspects and approves it, then proceeds to training the following: Surgeons, X Ray Techs, PACS/IT and a super user while onsite. Support is for one year and access the template library, any and all templates downloaded become the property of the user along with ownership of the software viewer and folders. Other: -Provide documentation of government facilities where this equipment is already in use. Identify references with points of contacts and telephone numbers. (VII) Required delivery 30 days ARO. Place of delivery is Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. Delivery shall be FOB Destination to Richmond, Virginia. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (20) 52.219-28, Post Award Small Business Program Representation (Apr, 2009) (30) 52.225-1, Buy American Act-Supplies (Feb, 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.211-70 Service data Manuals (Nov, 1984) 852.246-70 Guarantee (Jan, 2008) 852.466-71 Inspection (Jan, 2008) 852.273-76 Electronic Invoice Submission (Oct, 2008) 852.273-72 Alternative evaluation. (JAN 2003) (a) The Government will award a contract resulting from this solicitation to the responsible offeror submitting the lowest priced offer that conforms to the solicitation. Offerors may revise offers anytime during the specified period. At the end of the specified time period for receipt of offers, the responsible offeror submitting the lowest priced offer will be in line for award. IAW VAAR 812.302 Tailoring of Provisions and Clauses for the Acquisition of Commercial items, this contract will be awarded using a Lowest Price Technically Acceptable (LPTA) approach. Technical ability will be evaluated as either Acceptable/Unacceptable, Pass/Fail, or Go/No-Go. Tradeoffs are not permitted. If Applicable; (b) Except when it is determined not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are materially unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 4:00 PM, June 4, 2014. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. EST on June 5, 2014. All quotes must be mailed or emailed to the attention of Jay James, email address is jay.james2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24614Q0780/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-14-Q-0780 VA246-14-Q-0780.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1401086&FileName=VA246-14-Q-0780-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1401086&FileName=VA246-14-Q-0780-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Durham VAMC;508 Fulton Street;Durham, North Carolina 27705
Zip Code: 27705
 
Record
SN03384325-W 20140605/140603235440-5caecbfdfd0487eff922536081f6f2cf (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.