Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355

Contracting Officer (90C), DVA Medical Center, 3701 Loop Road East, Tuscaloosa, AL 35404

65 -- RADIONICS CRW-FN SYSTEM (STEREOTACTIC SYSTEM) WHICH WILL INCLUDE THE FOLLOWING: ASD-1 APUZZO STEREO DRAPE, CRW-ASC FUNCTION LIGHT WEIGHT ARC SYSTEM, CRW-TBSS TRUNION BOMB SITE SET, CTCP CT CLAMPING PLATE, DHRS(M) DISPOSABLE HEAD RING SCREWS, SCSI COMPUTERS, NBN-D UNIVERSAL COMPACT LOCALIZER FRA SOL RFQ 521-041-99(PW) DUE 060899 POC Paul Weathersby, Phone 205-554-2000 ext. 2639, Fax 205-554-2894 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplement with additional information included in this notice. This announcement constitutes the only solicitation: Written quotations will not be issued and each contractor is expected to respond on his/her letterhead with all required product information. RFQ 521-041-99 (PW) is hereby assigned to this procurement and shall be referenced on all correspondence relating to this acquisition. This RFQ is issued utilizing Simplified Acquisition Procedures and incorporates all provisions and clauses are those in effect through FAC 97-11 and VAAR96-28 (#14). Knowing of no other source for this Stereotactic System the VA Medical Center, Birmingham, Alabama intends to negotiate a sole source with Radionics, 22 Terry Avenue, Burlington, MA 01803 for the following items: The Stereotactic System shall include the specifications and features listed below. A. Apuzzo Stereo Drape 1. 2, ASD-1 Apuzzo Stereo Drape 2. 1, CRW-ASC Function Light Weight ARC System with the following Features: Lightweight Design, .01mm Verier Scales for Sub-Millimeter Precision, Compatible with all previous CRW Components, Modular design for maximum versatility, Widest Approaches Possible, Rigorous Sterile Draping. System will include the following hardware. a. 2, BRW-2-0466 Short T-Bolts b. 1, CRW-Case, Storage & Sterilization case for, 1 CRW-ASL c. 1, CRW-LW L/S ARC and BRW-ASGB Guide Block d. 1, CRW-MA/CRW-SA Mayfield Adapter/Sugita Adapter e. 1, CRW-MC-PH30, 30 degree offset probe holder f. 1, CRW-MS. Micro Slide g. 1, DA (2.7) Drill Assembly 2.7mm h. 1, GT (2.7) (116) Guide Tube, 2.7mm, 116mm long i. 1, GT (2.7) (76) Guide Tube, 2.7mm, 76mm long j. 1, KDG Keller Depth Gage k. 1, RB (2.7) Reducing Bushing Tube, 2.1mm, 76mm long l. 1, SR Stainless Ruler m. 1, SWTS ARC System Wrench 3. 1, CRW-TBSS, Trunion Bomb Site Set 4. 1, CTCP, CT Clamping Plate 5. 2, DHRS(M), Disposable Head Ring Screws (2 short, 2 long) 6. 2, SCSI, Computers 7. 2, NBN-D, Disposable Nashold Biopsy Needle 8. 1, MRIA-2-A, Universal Compact Localizer Frame: Includes Universal Head Ring Assembly (UCHR-A), which has these features: One CT/MR Head Ring, One CT/MR Localizer, Low CT Arifact, Low MR Distortion, No Computer required, Intubation Swivel Front, Fillable CT/MR Fiducial Rods B. Radio Frequency Lession Generator with the following specifications: 1. 110V AC~, 117V AC~ 2. Impedance Monitor Range of 0 5000ohms 3. Stimulator Output Rate: one shot, 2.5, 10,20,50,75,100,150,180,200Hz 4. Stimulator Duration: .1,.2,.5,1ms 5. Stimulator Amplitude Ranges: Voltage Stm. Mode, 0-1 volts, 0-10 volts; Constant Current Stim Mode, 0-1mA, 0-10mA. 6. Temperature Monitor: TC-1, TM Range=20-99; TC-2 Range=20.0-99.9 7. RF Lesion Generator: Timing; 0-120 seconds (selectable) 8. Volts Display: Range 0-100v 9. Current Display: Range 0-999mA 10. Watts Display: Range 0-50 watts 11. Output Ports: (BNC Connectors); RF Volts, 0-100 RF volts=0-1Vdc; RF Current, 0-1000 Rfma=0-1Vdc; RF Watts, 0-50 RF watts=0-.5Vdc; Impedance, 0-500ohms=0-1Vdc; Temperature, 200c-1000c=0-1Vdc. C. 3, Thermistor Electrodes (TM Electrodes) (1.6) (250) (4mm): Designed for functional stereotactic procedures including thalamotomy and pallidotomy additional features include; ultra-fast thermistor temperature sensor electrode tip, and continuous impedance monitoring during intracranial lesioning D. 3, 8ft. Thermistor Electrode (TM Electrode), Connecting Cable. E. 1, Biopsy Kit, Gildenberg Nashold BX Kit, to include the following: 1. DS(2.0), Plastic Depth Stop 2.0mm 2. DS(2.5), Plastic Depth Stop 2.5mm 3. DS(3.0), Plastic Depth Stop 3.0mm 4. GNK-Case 5. GBSF(1x2), Gildenberg Biospy Forceps 1x2mm cup 6. GSBF(2x2), Gildenberg Biospy Forceps 2x2mm cup 7. GSK-CN(2.0), Cannulae Uninsulated, 2,0mm 8. GSK-CN(2.5) (220) Cannulae, 2.5x220mm 9. GSK-CN(3.0) (210) Cannulae 10. GSK-SS(2.0), Stylet 11. GSK-SS(2.5) (220), Stylet 12. GSK-SS(3.0)(210), Stylet 13. GT(2.7) (116), Guide Tube 14. GT(3.2) (116), Guide Tube 15. NBN, Nashold Biospy Needle 16. RB(2.7), Reducing Bushing 17. RB(3.2), Reducing Bushing 18. RT(2.0) (116), Reducing Tube 19. SR, Stainless Steel Ruler The contractor shall provide a minimum of two (2) service manuals and two (2) operating manuals to the Contracting Officers Technical Representative (CTOR). The bid is subject to availability of funds, and the acceptance of the bid shall be for 6 months. All interested parties may identify their interest and capability to respond to the requirement or submit proposal. A determination by the Contracting Officer not to compete this proposed procurement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether the sources exist necessary for the competitive procurement. SIC Code 3841 applies. The delivery date will be 30 days after award of contract. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial items; 52.212-3, Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Condition Commercial Items; 52.212-5, Contract Terms and Conditions Requirement to Implement States or Executive Orders Commercial Items. NOTE: Year 2000 Compliance FAR 39.106 (1) Requires that non-compliance information technology be upgraded to be Year 2000 compliant to the earlier of (i) the earliest date on which the information technology may be required to perform or (ii) December 31, 1999; and as appropriate, describe existing technology to be acquired and identify whether the existing information technology is Year 2000 compliant. Quotes are due by COB (4:30 CST, June 3, 1999, and may be faxed to Paul Weathersby at (205) 554-2000 Ext. 2639. Faxed quote will be accepted at (205) 554-2894. Posted 05/25/99 (W-SN335310). (0145)

Loren Data Corp. http://www.ld.com (SYN# 0290 19990527\65-0001.SOL)


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