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