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