|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1998 PSA#2183Department of Veterans Affairs, Great Lakes Healthcare Systems, Great
Lakes Acquisition Center, Bldg. 5, 5000 West National Ave., Milwaukee,
WI 53295 65 -- MRI ANESTHESIA MACHINE SOL 69d-428-98 DUE 092598 POC Michael
Cunningham, Contracting Officer, 414-902-5407 The Great Lakes
Acquisition Center intends to award a contract for purchase of a MRI
Anesthesia Machine, for the VA Chicago Health Care System-Lakeside Div,
333 East Huron Street, Chicago IL 60611. 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. Quotes are being requested under RFQ 69D-428-98 and
a written solicitation will not be issued. Solicitation documents and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. SIC (3841). Contractor shall provide: ITEM
#1 -- One (1) each, MRI Anesthesia machine. The ventilator shall have
controls that permit tidal volume and rate to be set separately. ITEM
#2A -- Vaporizer, Isoflurane, Safty Fil; ITEM #2B -- Vaporizer,
Sevoslurane, Safty Fil; ITEM #3A -- Fill Adapter, Isoflurane; ITEM #3B
-- Fill Adapter, Sevoslurane; ITEM #4 -- Scavenger, Open Reservoir;
ITEM #5 -- Packaging, MRI Machine; ITEM #6 -- Hose Assembly -- Oxygen;
ITEM #7 -- Hose Assembly -- Nitrous Oxide; ITEM #8 -- Hose Assembly --
Air; ITEM #9 -- Hose Assembly -- Scavenger; ITEM #10 -- Shipping. A
monitor is NOT required. 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
purchase order will be issued to the vendor whose quote is most
advantageous to the VA, considering price and other factors. These
other factors shall be: (1) size of the anesthesia machine, with a
smaller, more compact machine being preferred; (2)past performance of
the equipment as reported by other users. Provide at least three
references who have used the MRI Anesthesia Machine including: name of
organization; contact person; phone number; exact equipment being used
by this organization; (3) effect of Anesthesia Machine on "continuity
of care" at the VA Chicago HCS-Lakeside Div in terms of how similar it
is to the North American Draeger/Narkomed Models #2B, #2C, and #4
already in use there, e.g, effect on ability of Residents and
Anesthesiology Technologists to switch among and use any of the
available Anesthesia Machines with extremely low chance of error. So
that the VA can evaluate these three (3) other factors, vendors must
provide, with their quotes, information concerning these things.
Vendors must also provide, with their quotes, information (e.g.,
commercial literature) describing their equipment and demonstrating
that their equipment meets the requirements specified above. Vendors
may quote other options and accessories, that are not listed above,
that they believe would be of interest to the VA. The offeror is also
required, as part of the offer, to provide documentary evidence that
equipment, replacement parts, components, hardware, software and
firmware offered is Year 2000 Compliant. Delivery is required within 30
calendar days after the date of receipt of the order by the vendor.
Quicker delivery is desired and should be stated in the quotation if
being offered. This will be a firm fixed price contract. FOB is
Destination. Payment will be made within 30 days after delivery and
acceptance by the VA. The following incorporated provisions and clauses
are those in effect through FAC 97-04 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; Veteran-owned Small Business;
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. Quotes shall be
submitted on company letterhead to: Great Lakes Acquisition Center,
Mike Cunningham, Contracting Officer, 5000 West National Ave., Building
5, Milwaukee WI 53295 by (4:30pm) CST on (09/25/98). Faxing of quotes
is OK. Fax number: (414) 902-5464. Point of Contact: Mike Cunningham,
(414) 902-5407. Posted 09/16/98 (W-SN250733). (0259) Loren Data Corp. http://www.ld.com (SYN# 0288 19980918\65-0006.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|