Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

65 -- DRX Plus CSI New Detector - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26118Q0470
 
Response Due
4/13/2018
 
Archive Date
6/12/2018
 
Point of Contact
Katherine Fairley
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q0470 Posted Date: 04/06/2018 Original Response Date: 04/13/2018 Current Response Date: 04/13/2018 Product or Service Code: 6525 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 334517 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. This is a Veteran Owned Small Business (VOSB) set-aside. Note, interested VOSB participants must be listed and registered in VetBiz.gov to be considered for Award. The NAICS code for this procurement is 334517, with a small business size standard of 1000 employees. The VA Palo Alto Health Care System, 3801 Miranda Ave., Palo Alto, California is seeking to purchase DRX Plus CSI New Detector and Battery, brand name or equal for the Engineering Department Only electronic offers will be accepted. Offers are due to Katherine.Fairley@va.gov by Friday, April 13, 2018, 12:00 pm. Pacific Time. All interested companies shall provide quotations for the following: Brand Name or Equal Item: Salient Characteristics Essential/significant physical, functional, or performance characteristics. The Detector will be a component certified by Carestream Health as the appropriate component to be used on the Revolution portable x-ray system. The size will be 14 x17 and will be able to fit into a standard chest or table bucky. Weight max 1Lb. The crystals will be made of Cesium Iodide. The pitch will be 139 micron. The battery will be single release, 14.8V 2.1AH. It will be able to be used to 340 scans. The detector will hold up to 50 scans. Have a beam detect mode so it can be moved between different systems. Liquid protection up to IP57 standards (Emergency rooms). Other specifications are proprietary. Purpose: To purchase a replacement for the Carestream portable x-ray unit detectors. Specification: The portable x-ray unit is used to have Radiographic images taken from patient which cannot be brought to Radiology, like ICU an OR/PACU patients. The unit is a complete mobile Radiographic unit that should produce high quality images, using the DR detector. Applicable model/make/catalog number - DRX Plus CSI New Detector (35 x 43) Manufacturer name Carestream Health Supplies Line Item Description Quantity Unit Price Total Price 0001 DRX Plus 3543C New Detector MFR: CARESTREAM DRX Plus 3543C Detector Wireless, cassette-size, 35 x 43 Cm Csl Detector for fast workflow and instant access to images. Fits into standard Bucky trays and the wireless capability make it also ideal for tabletop use. The detector uses Cesium Iodide (Csl) for dose-sensitive applications. Wireless standard: 802.11n Image size: 35.0 x 42.3 cm Pixel Pitch: 0.139 mm External Dimensions: 35 x 43 Cassette (ISO 4090) 38.35 x 45.95 x 1.47cm Offering On: Description: SIN: MFR Part No.: MFR: 2 each 0002 DRX Detector Battery Catalog No. 1001163 Offering On: Description: SIN: MFR Part No.: MFR: 2 each 0003 Trade-In Detectors Serial No. 133800138666 Serial No. 141900140673 2 each Delivery shall be provided no later than 14 days after receipt of order. FOB Destination. The contractor shall deliver line item(s) 0001 and 0002 to VA Palo Alto Health Care System, 3801 Miranda Ave., Palo Alto, CA 94304. Place of Performance Address: 3801 Miranda Ave., Palo Alto, CA Postal Code: 94304-1207 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (Deviation) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 56 are considered checked and apply. The following clauses and provisions applies to this acquisition: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding salient characteristics. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding salient characteristic. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 4) 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. NOTE: Vendor s providing a quote for the exact match brand name products listed in the Price-Cost Schedule are not required to submit Volume 2 as those products have already been determined technically acceptable. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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: 1. Technical: The vendor s quote must meet the Salient Characteristics listed within the solicitation for all items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting the salient characteristics of the solicitation. The technical ratings are defined as follows: Acceptable: Quote clearly meets the salient characteristics of the solicitation. Unacceptable: Quote does not clearly meet the salient characteristics of the solicitation. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. A quote with equal products will be reviewed to determine whether or not the equal products meet the salient characteristics. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for a DRX CSI Plus New Detector and Battery as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Friday, April 13, 2018, 12:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Katherine.Fairley@va.gov by Tuesday, April 10, 2018, 2:00 p.m. Pacific Time. Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0470/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q0470 36C26118Q0470.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4210227&FileName=36C26118Q0470-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4210227&FileName=36C26118Q0470-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04880981-W 20180408/180406230701-caf340fe634eb9c7c0fb412cb2ae1332 (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.