|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165Department of Veterans Affairs, Great Lakes Healthcare Systems, Great
Lakes Acquisition Center, Bldg. 5, 5000 West National Ave., Milwaukee,
WI 53295 65 -- PURCHASE IMPERIUM ENVIRONMENTAL CONTROL SYSTEM SOL 69D-379-98
DUE 090898 POC Diane Brazale, Contracting Officer (414) 903-5403 The
Great Lakes Healthcare System Acquisition Center intends to award a
contract for the purchase of ten (10) Imperium 200 H Environmental
Control Systems with sip 'n' puff, paddles and bed controller for the
VA Hospital, Hines IL. 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 procurement is unrestricted. SIC Code 7629. Offerors are
requested to provide their most current catalogue price list. This
announcement constitutes the only solicitation. Request for Quotes
(RFQ) are being requested and a written solicitation will not be
issued. Solicitation documents and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 97-05. Vendor
shall provide ten (10) Imperium 200H environmental control units for
residents of RCF who are unable to access/use hand held operating
devices for a variety of appliances and systems includingtelephone,
lights and appliances, TVs, VCRs, electric beds etc. without
assistance. Units shall include sip 'n' puff, paddles, and bed
controller(s). Additional features shall include: Dual-contact switch
control; configurable to individual preferences; multi-level control
menus; enhanced speech program with recorded human voice operates in
parallel with LCD display.; control of electrical appliances in home,
office or facility using X-10 technology and control of TV, VCR, CD
player, etc. using the ONE FOR ALL 6(TM) infrared remote control;
built-in hands free telephone with 10 number (16 digits each) user
directory, speed dial and privacy headphones; internal battery backup;
control of patient nurse call; control of electric hospital/homecare
beds; auxiliary system control via sharing of standard switch input;
user control over system volume; time/date; optional electronic tape
recorder; optional external speaker; and backlit display. Vendor to
provide separate cost for optional components. Equipment shall meet
current standards of the ANSI/UL 1069 Hospital Signaling and Nurse Call
Equipment; ANSI/UL 1637 Home Health Care Signaling Equipment; ANSI/UL
1459 Telephone Equipment, FCC part 68 U.S. Telecommunications
Equipment; FCC part 15B Electromagnetic Interference (EMI); NEC, OSHA,
FDA and applicable standards. Payment will be made in arrears on
certified invoices. This will be a firm fixed price contract. FOB is
Destination to the VA Hospital Fifth & Roosevelt, Hines IL 60141. The
following incorporated provisions and clauses are the in effect through
Fac 97-05 and are applicable to this acquisition. 52.212-1,
Instructions to Offerors -- Commercial Items; Addendum to FAR 52.212-1,
Paragraph (b) (5): Offerors shall provide an express warranty which at
a minimum shall be the same warranty terms, including offers of
extended warranties, offered to the general public; 52.212-4, Contract
Terms and Conditions-Commercial Items: 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items; 52.222-3, Convict Labor; 52.233-3, Protest After
Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy
American Act Supplies; 52.225-18 European Union Sanctions for End
Products; 52.232-19 Availability of Funds for the next Fiscal Year;
852.270-4, Commercial Advertising; Offerors must include a completed
copy of the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer. All equipment,
replacement parts, components, hardware, software and firmware
containing information technology delivered under this contract shall
be year 2000 compliant. Year 2000 compliance means that information
technology accurately processes date/time data (including, but not
limited to, calculating, comparing, and sequencing) from, into, and
between the twentieth and twenty-first centuries, and the years 1999
and 2000 and leap year calculations. The offeror is required, as part
of the offer, to provide documentary evidence that the equipment,
replacement parts, components, hardware, software and firmware offered
is year 2000 compliant. Vendor shall provide estimated delivery date
and a brief synopsis of the firm's experience in providing this type of
equipment (including minimum of 3 references). References shall include
Name, address, telephone, fax number and contact person. Quotes shall
be submitted on company letterhead to: Great Lakes Acquisition Center,
Attention Diane Brazale, Contracting Officer, 5000 West National Ave.,
Building 5, Milwaukee WI 53295 by (4:30pm) CST on (09/08/98). Point of
Contact:Diane Brazale, (414) 902-5403. Fax quotes will be acceptable
at (414) 902-5464. Posted 08/20/98 (W-SN239713). (0232) Loren Data Corp. http://www.ld.com (SYN# 0363 19980824\65-0006.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|