Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

65 -- Ultrasound Scanning System

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor’s Place Blvd. Suite 210;Kettering, Ohio 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0452
 
Response Due
3/12/2019
 
Archive Date
4/11/2019
 
Point of Contact
John Tschirhart
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, 3140 Governor s Place Blvd. Suite 210, Kettering, OH 45409-1337. 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; proposals are being requested, and a written solicitation document will not be issued. The solicitation number is 36C25019Q0452 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH 45428 is seeking to purchase Ultrasound Scanning System. The equipment shall be brand name or equal. Interested vendors shall provide a quote for the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA bk3000 Ultrasound System TriCore Architecture with Ultra High-Resolution Imaging and Doppler Accelerated System Control & Advanced Transducer Technology No Touch Autogain & Application Specific Presets -UA2355 Wi-Fi Dongle & 1 x UA1370 Basket included 0002 1.00 EA Prostate and Breast Therapy Application Pack (Calc & Presets) Brachytherapy, URO Prostate and Breast ProPacks 0003 1.00 EA DICOM Option (license) Connect to DICOM enabled Pacs Systems Includes DICOM SR (vascular) 0004 1.00 EA Varian Interface Option (license) Digital Interface to Varian Dose Planning 0005 2.00 EA E14CL4b, Biplane Endocavity Transducer Transrectal & Transvaginal 0006 1.00 EA Leakage Test Kit for the 9xxx Transducers, ensuring full submersion, washing machine, and sterilization compatibility of the 9xxx transducers including connector housings 0007 1.00 EA Multi-modality prostate phantom with lesions from CIRS. MRI, CT, Ultrasound including elastography 0008 1.00 EA Basket for Flex Carts (cart s/n must be greater than 4003061) (1each) 0009 1.00 EA Printer Start-Up Kit for bk3000 Consists of SONY UP-D898, a USB cable, a power cable and 10 rolls of printer paper 0010 2.00 EA Reprocessing Tray for E14CL4b (9048), E10C4 (9019), 8848, 8819 0011 1.00 EA CIV Flex Brachy Balloons, Latex-Free (10pcs) 0012 1.00 EA CIVCO EX3 Stepper Kit for E14CL4b (9048) and including UA4020 Stabilizer Micro-Touch Dual mount, UA4016 EX3 Stepper including cradle for E14CL4b (9048) and 8848, and UA4025 Transportation Stand 0013 2.00 EA Application Training Days Applications Training On-Site clinical education is provided by our registered ultrasound sonographer to be completed within 60 days of purchase. Equipment is required to allow radiation oncologist to implant fiducial markers, radiofrequency beacons, and spacer gel for prostate patients. The fiducial markers and radiofrequency beacons allow real time monitoring of treatment volume during treatment and allows the medical linear accelerator to stop treatment if the displacement of the treatment volume exceeds tolerances -- this ensures that the radiation dose is appropriately delivered. The spacer gel allows the radiation oncologist to separate the prostate gland from the rectum wall to reduce the risk of rectal complications. Salient Characteristics: System shall include ultrasound unit, bi-plane Endocavity probe, stepper stabilizer, and software to support prostate imaging, send DICOM images. Stepper shall be able to send positional data to Varian Medical System radiation therapy treatment planning system. System components must meet or exceed the performance specifications of the BK3000 ultrasound unit, the BK EB14CLb Endocavity probe, and the Civco EX3 stepper/stabilizer. Installation, configuration and testing of the ultrasound system shall be performed by vendor with assistance by Biomedical Engineering and OIT personnel as necessary. On-site training and technical support shall be provided to the clinical staff to allow installation, commissioning and clinical implementation of the system. Software patches and upgrades shall be provided at no additional cost for a period of 1 year. Place of Performance Department of Veterans Affairs Dayton VA Medical Center 4100 W. Third Street Dayton, Ohio 45428 Award shall be made to the lowest priced offeror quoting the requirement (FAR 15). Offers should also include the best expected delivery date, and any shipping and handling cost. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. To be eligible to respond as an SDVOSB, the SDVOSB must be registered and verified in Vendor Information Pages (VIP). Registration may be accomplished at https://www.vip.vetbiz.va.gov/. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) shall not be considered and will not be evaluated. The following contract clauses apply to this acquisition: 52.204-13, System for Award Management (OCT 2018) FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) The following VAAR clauses apply: 852.203-70, Commercial Advertising (MAY 2018) 852.219-10, Total Service Disabled Veteran Owned Small Business Set Aside (JUL 2016) 852.232-72, Electronic Submission of payment Requests (NOV 2018) 852.246-71, Rejected Goods (OCT 2018) The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (OCT 2018) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The combined synopsis/solicitation for Ultrasound Scanning System. 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: (Contractor shall list exception(s) and rationale for the exception(s)). Quotes shall be sent by e-mail only to john.tschirhart@va.gov no later than 11:59 pm ET, March 12, 2019. Telephone inquiries will not be accepted. Point of Contact: John Tschirhart Contract Specialist Fax: 937-262-5974 Email: john.tschirhart@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0452/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third Street;Dayton, Ohio
Zip Code: 45428
Country: USA
 
Record
SN05241652-F 20190308/190306230033 (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.