DOCUMENT
65 -- GE Marquette TREADMILL RFI Brand Name or Equal - Attachment
- Notice Date
- 7/26/2017
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25817N0672
- Response Due
- 8/3/2017
- Archive Date
- 8/4/2017
- Point of Contact
- Theresa Hamilton
- Small Business Set-Aside
- N/A
- Description
- Sources Sought This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business and (i) must provide a capability document that addresses the organizations qualifications and ability to meet the work requirements described below. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334510 (1,250 employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to theresa.hamilton@va.gov. All information submissions shall be received no later than 3:00 pm Eastern Time on August 3, 2017. Mailed responses will not be considered. Response to this sources sought does not equal response to a potential future solicitation and will not be treated as such. STATEMENT OF WORK (SOW) GE Marquette treadmill Background. This procurement package is for the acquisition of one GE Marquette treadmill for inpatient and outpatient stress testing at NMVAHCS. This machine will be used for direct patient care for our veteran population. Purchase of one (1) new machine to replace one (1) machine in our current inventory of GE Marquette treadmills will ensure that NMVAHCS will be able to accommodate all inpatient and outpatient stress test procedures. This replacement machine will be used to provide stress tests without interrupting the normal flow of patient care when maintenance issues arise, as well as preventing a reduction in the capability of the facility to provide adequate cardiac stress testing. GE Marquette treadmills are currently used by the facility with great success. The new treadmill would be required to interface with current equipment, while allowing for fast and simple replacement of broken treadmill equipment without configuration changes. Specific Tasks. This procurement package is for the purchase of one (1) GE Marquette treadmill system for use in inpatient and outpatient stress testing procedures as needed. This machine will be used for direct patient care for our veteran population. Purchase of one (1) new machine to replace one failing machine in our current inventory will ensure that NMVAHCS possesses sufficient numbers of machines to avert disrupting patient care as maintenance problems arise. CLIN 0001 GE T2100 TREADMILL & installation/set-up MPN#2065453-001 CLIN 0002 GE CASE V6.7 Model & CASE WINDOWS Premium Package MPN#2062898-001 & MPN#2062898-426 Salient Characteristics & preferred parts/accessories: Please Meet or exceed referenced parts/accessories 2062898-001 CASE V6.7 Generic ATO Model 2062898-426 CASE WINDOWS 8.1 Premium Package 2062898-490 PHTM CASE Language V6.73 SP2 ENG. US 206714-078 PHTM CASE North American Power Cord 2062898-202 22inch Flat Panel Display and DVI Cable. 2062898-030 PHTM CASE V6.7 US Letter Starter Kit 2062898-040 CASE V6.7 CAM 14 STRESS AHA 2062898-050 12SL Interpretation (RESI): GE Marquette 12SL 12 lead resting interpretation algorithm. 2062898-045 CASE V6.7 TEMPORARY OPTION ACTIVATION INSTALL CASE Installation and in-service for CASE Systems - Included 2065453-005 T2100 Stress Treadmill with Handrail Set 2065453-015 T2100 ENGLISH US INSTALL CASE Installation and in-service for CASE Systems - Included SPECIAL HANDLING SERVICE 2042685-002 SEER Light Extend Holter recorder, 48 hour 2042686-001 SEER Light accessory kit includes 2 channel AHA leadwire cable (22.5cm/54in) and pouch with straps User manuals and Equipment Maintenance manuals should be provided one paper one electronic if available 7. Security Requirements The C&A requirements do not apply and a Security Accreditation Package is not required. Vendor shall schedule installation with facility POC 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be furnished for use 9. Other Pertinent Information/ Terms Items shall be Brand Name or Equal Equal items must submit sufficient information to demonstrate equal characteristics Only New items, No re-manufactured or grey market items Vendor shall have Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty Vendors shall provide a copy of the authorized distributor letter from the contractor to verify that they are an authorized distributor of the products/service they are providing 10. Risk Control Installation will be scheduled and performed when no veterans are present negating risks 11. DELIVERY: The contractor will deliver all items and quantities per Delivery Schedule. All items will ship to Albuquerque, NM VAMC address: New Mexico VAHCS 1501 San Pedro Dr. SE Albuquerque, NM 87108 Delivery will be made NLT (no later than) 45 days after award of contract but earlier is preferred. Dock accepts Delivery Monday thru Friday 6am til 4pm local time. VA shall not pay for freight charges exceeding $250.00, Per VAAR 847.303-1 F.O.B. origin. A copy of a packing slip will be furnished at the time the order is delivered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0672/listing.html)
- Document(s)
- Attachment
- File Name: VA258-17-N-0672 VA258-17-N-0672.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688850&FileName=VA258-17-N-0672-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688850&FileName=VA258-17-N-0672-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-17-N-0672 VA258-17-N-0672.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688850&FileName=VA258-17-N-0672-000.docx)
- Record
- SN04598265-W 20170728/170726231309-02eadb132632ea6785cc0b00e65268de (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 |