|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1997 PSA#1927Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 65 -- ENG SYSTEM, FULL POWER EXAM CHAIR SOL 549-164-97 DUE 092297 POC
David L. Hill, Contracting Officer, (214) 302-7522 This is a combined
synopsis/solicitation for the purchase of commercial items. This
notice is prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. The
announcement constitutes the only solicitation and is issued as a
Request for Proposals. A written solicitation will not be issued. This
solicitation document and incorporated provisions are those in effect
through Federal Acquisition Circular 90-46. This VA Medical Center
anticipates the award of a contract and subsequent delivery order for:
One each Electronstagmonograph (ENG) System, one each Full Power Exam
Chair, and one each Air Lift Stool w/ Backrest and is therefore
soliciting proposals for same. The following minimum salient
characteristics must be met for consideration of a proposal: (I) ENG
System -- Complete, including: Infrared/Video (IR/V) binocular goggle
assembly with high resolution, maximum 12 oz lightweight monochrome
video cameras without cables, ability to track eye movement over the
range of +/-20 degrees horizontally and -10 to +30 degrees vertically,
independent control fixation lights for each eye, two infrared light
emitting diodes per eye providing minimum 2mw/sq.cm. infrared
illumination at 950 nanometers wavelength; ocular motor module; 486
processor operating at 33MHz, 1MB RAM, 420MB hard-drive, 1.44MB
disk-drive, two eye position interface controllers boards with minimum
0.2 deg. resolution, full ASCII keyboard, two video monitors, desk-jet
printer, VGA high resolution color display, minimum 4 channel
operation, software, and capability for visual target control data
storage and analysis and report preparation. (II) Full Power Exam Chair
-- easily cleaned smooth seamless upholstery desert rose in color;
touch pad controls both sides of chair; adjustable automatic positing
with automatic return to exit; flexible wings to position patient's
arms; 360 deg. rotation w/locking mechanism; flip up foot rest;
ergonomically designed lumbar support; swing out arm rest; 40" height
from floor to bottom of head rest; 43.5" length edge of base to tip of
foot rest; height of seat from floor 22' when lowered and 36" when
raised; reclining length 71" to 78.5" (28" to 35.5" from center of
rotation to top of headrest; 18" x 18" backrest; 19" x 23" seat with
18" between arm rest; 13" length leg support; 10" length foot support;
and 350 lb. patient lift capacity. (III) Air Lift Stool w/Backrest --
with backrest; easily cleaned smooth upholstery desert rose in color;
16" diameter round seat; base with hand operated pneumatic cylinder
with 5 legs with mounted casters/rollers; and height range between 20"
minimum and 28" maximum. All applicable and current standards (AAMI,
ANSI, ASTM, AABB, and FDA) for the ENG and Power Exam Chair must be met
at the time of equipment requisition. As applicable, all products
contained herein shall be year 2000 compliant or if non-compliant,
shall be upgraded to year 200 compliant prior to the earlier of (i) the
earliest date on which the information technology may be required to
perform date/time processing involving dates later than December 31,
1999 or (ii) December 31, 1999. The proposal shall include FOB
destination delivery and a one-year equipment warranty for parts and
labor and the availability of an extended warranty. Further and at no
additional charge, service support to include literature, parts,
special test fixtures and training must be available for the VA
Biomedical Engineering Department. Delivery date shall be no more than
45 days from the date of receipt of an awarded delivery order. Federal
Acquisition Regulation (FAR) provisions at 52.212-1, 52.212-2, and
52.212-3 apply to receipt of offers and are hereby incorporated by
reference. Further, FAR clauses 52.212-4 and 52.212-5, as applicable,
will apply to an awarded contract and are also included in this notice
by reference. FAR clause 52.227-19, "Commercial Computer Software --
Restricted Rights and 52.249-8, Default are added as addenda and are
hereby incorporated by reference. These provisions and clauses are
available on the Internet Web at http://www.arnet.gov/far or may be
obtained from the Contracting Officer by faxed request through (214)
372-7066. The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, price and
other factors considered. Evaluation of offers will be made based upon
price, technical features, and past performance, with price worth
twice as much as technical features and past performance which are of
equal value. Technical evaluation will include comparison of the
proposal to determine if salient characteristics have been met,
reliability of the proposed equipment and accessories. Any technical
feature that will enhance the minimum salient characteristics given
above will be considered through use of the best value methodology.
Past performance will include offeror's experience in provision of the
requested or similar product through Federal Supply Schedule (FSS)
contract or open market, warranty terms and compliance therewith, and
timeliness of delivery. Offerors are reminded to address all evaluation
factors in their submittal. Interested parties are encouraged to submit
offers along with technical descriptive literature, FSS contract
information if applicable, and FAR 52.212-3, "Offeror Representations
and Certifications." Note that this solicitation is for "all or none"
only those offerors proposing to provide all items will be acceptd.
Only written offers, sent to the attention of the Contracting Officer,
will be accepted. Facsimile of proposals is acceptable however, It
shall be the offeror's responsibility to assume the risk of disclosure
and to confirm receipt of the transmission. In any event, all offers
must be received prior to September 22, 1997 at 2:00 PM Dallas, Texas
local time. (0251) Loren Data Corp. http://www.ld.com (SYN# 0359 19970910\65-0008.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|