Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1996 PSA#1579

Department of Veterans Affairs Medical Center, Attention Contracting Officer, 4101 Woolworth Avenue, Omaha, NE 68105

65 -- RHINO-LARYNGEAL STROBOSCOPE COMPUTER INTEGRATED SYSTEM SOL RFP 636-53-96 DUE 051696 POC Contact Point, Jeannine McCormick, (402)346-8800x4509, Contracting Officer, Denise G. Bradford, (402)346-8800x4505 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. Solicitation 636-53-96 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. This acquisition is unrestricted. All items shall be delivered within 90 days after contract award. Earlier delivery is acceptable and desireable at no additional cost to the Government. Deliveries shall be made F.O.B. Destination to DVA Medical Center, 4101 Woolworth Avenue, Omaha, Nebraska. On-site installation, commissioning and operator training at the customer location. The Standard Industrial Classification (SIC) code for this acquisition is 3841. The small business size standard is 500 employees. Contractor shall provide a Rhino-Laryngeal Stroboscope Computer Integrated System. Contractor shall provide manufacturers standard warranty to include labor and parts. System shall include two (2) service and two (2) operator's manuals.s System shall consist, at a minimum, of the following items: 1 each Rhino-Laryngeal Stroboscope, which shall include: halogen (constant) and xenon (flash) light sources, laryngeal and audio microphones, pitch triggering by laryngeal microphone or EGG input, digital display of pitch, phase, and amplitude measurements, four modes of operation (slow, fast, locked and manual), foot switch and pedal for remote control of instrument functions; 1 each Rigid telescopic laryngeal endoscope (70 degree forward angle with integrated fiber optic cable); 1 each mini video otoscope which interfaces with the Rhino-Laryngeal Stroboscope; 1 each CCD camera with 1/2'' CCD sensor, S-VHS; variable AGC, power pack, and C-mount. 5 lux sensitivity including cables; 1 each 35mm lens with eyepiece adaptor for rigid scope or flexible scope; 1 each adaptor for Olympus flexible endoscope (coupler to adapt to light source); 1 case of S-VHS cassettes; 1 each multimedia computer system for control and integration of stroboscope, VCR, printer, and camera. Computer includes four special boards. Features: video frame grabber, video overlay, and VCR control hardware, computer (486 DX, 500 MB hard disk, 16 MB RAM and one gigabyte hard drive), tape backup system, hardware & software for computer control of camera white balance setting and VCR audio output, dual-mode software-controlled (VGA/video) monitor, image acquisition, storage, and compression software, software for image-processing and animation, software for VCR control, archiving, and retrieving VCR recordings, numerical pitch, phase and amplitude video overlay, user annotation on screen (patient name, description of pathology, etc), EGG acquisition and display (requires laryngograph or other input); 1 each Professional quality S-VHS videocassette recorder (includes RS-232 computer interface and SMPTE time code generator/reader PC plug-in card) with jog dial and shuttle ring. Provides facility for archiving and retrieving recorded samples. Functions under computer control. Start/stop recording under foot switch control. Includes high-fidelity powered speaker. System must be able to simultaneously display and video record the laryngeal image, pitch and intensity data, electroglottographic waveforms, etc. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors Commercial; 52.212-2, Evaluation-Commercial items. Evaluation criteria to be included in paragraph (a) provision 52.212-2 as follows: Technical capability, past performance, and price. Technical and Past Performance, when combined, are approximately equal in importance to price; All offerors are to include, with their offer, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition: 52.212.4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses, which are cited in clause 52.212-5 are applicable to this acquisition: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam era; FAR 52.225-3, Buy American Act-Supplies; FAR 52.225-18, European Community Sanctions for End Products. An evaluation shall be performed to determine if each quote is technically acceptable. A technically acceptable quote must clearly show that the offeror can meet the minimum requirements of the Government. Each quote will be reviewed to assure that each function included in the specification is addressed in the quote. The period of acceptance of offer is amended form 30 calendar days to 180 calendar days. The offers are due 16 May 1996, 2:30PM local time. The proposal must be signed by an official authorized to bind your organization. All offers should be sent to Department of Veterans Affairs Medical Center, A&MMS (90C), 4101 Woolworth Avenue, Omaha, NE 68105. Faxed offers will not be accepted. (0110)

Loren Data Corp. http://www.ld.com (SYN# 0233 19960422\65-0001.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page