Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417

65 -- BLOOD FLOWMETER SOL RFQ 618-172-99 DUE 092099 POC Janice Byrd 612-725-2188 This is a combined synopsis/solicitation. Request for Quotation #RFQ 618-172-99 entitled "Blood Flowmeter" Brand Name or Equal (reference VAAR Clause 852.210-77) is hereby issued for commercial items to be used in the VA Surgery Department and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and incorporates provisions and clauses in effect through FAC 97-13. The SIC code for this procurement is 3841 and the small business size standard is 500 employees or less. This CBD announcement constitutes the only solicitation issued. A separate written solicitation document will not be issued. Contractor's proposals are hereby being requested in response to requirements for brand name or equal products listed below and shall be submitted on contractor's letterhead or bid form and must address all requirements listed and must contain the name, title and signature of person authorized to submit proposals/bids on behalf of the contractor. VA Medical Center Minneapolis, Minnesota has a requirement for brand name or equal Carolina Medical, Inc., 157 Industrial Drive, King, NC. Item One -- Three each -- Model FM701D Cliniflow II microprocessor based electromagnetic blood flowmeter for vascular and cardio-thoracic applications. Includes CA701 Cable; CP701 Calibration probe; GW4 ground wires (two each), recorder cables (two each), operator's manual (two each) and dust cover. Item Two -- Three each -- Model PT-2 Chart Recorder. Item Three -- Eight each Model SF410H Probe. Item Four -- Six each -- Model SF412H Probe. Item Five -- Six each -- Model SF414H Probe; Item Six One each Service Data Manual. Equipment will be Y2K compliant. All responsible sources who can meet the VAMC's requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. "Equal" alternative to the brand name units will be considered but must fully comply with the brand name features, i.e. when a characteristic is a design feature, such as size or weight, the "equal" product must meet the requirement; if the characteristic is stated in general terms, the "equal" may be functionally equivalent in meeting that characteristic; if the characteristic is a precise performance feature, the "equal" product must meet the precise requirement. "Equal" products may require demonstration to determine whether proposed unit remains in the competitive range for consideration of award. Demonstrations will be subjectively evaluated. Evaluation factors will include, but may not be limited to, technical quality and compatibility, technical and operational reliability, medical grade compliance, delivery, warranty, past performance and price/price related factors. As evaluations may be subjective in nature, the end users and technical panel are solely responsible in determining acceptability of equal products. Descriptive Literature of products offered must accompany offer and will be used to evaluate offers and establish conformity with requirements. Completeness and sufficiency of descriptive materials submitted will be a determining factor. Products will be delivered to the VA Medical Center, Warehouse (90D), One Veterans Drive, Minneapolis, MN 55417. The solicitation clauses incorporated herein are those in effect through FAC 97-13 and are applicable to this solicitation: 52.212-1 Instructions to Offerors; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items; 852.211-77 Brand Name or Equal; and Y2K Warranty Clause. Submit all price, descriptive literature and technical proposals to Janice M. Byrd, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Janice M. Byrd at (612) 725-2188. Offeror's proposals are due by Noon on September 20, 1999. Posted 09/02/99 (W-SN375844). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0363 19990907\65-0011.SOL)


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