Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675

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

65 -- LEASE DIGITAL CARDIOVASSCULAR MOBILE C-ARM PLATFORM SOL RFQ 618-36-01 DUE 092000 POC Janice M. Byrd 612-725-2188 This is a combined synopsis/solicitation. Request for Quotation RFQ 618-36-01 entitled "Lease of Digital Cardiovascular Mobile C-Arm Vascular Platform and Imaging Table" brand name or equal is hereby issued for commercial items and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under Federal Acquisition Regulation (FAR) Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 97-19 and VAAR 97-8. NAICS Code 334516 applies for this procurement (formerly SIC code 3827) and the small business size standard is 500 employees. A separate written solicitation document will not be issued. Contractor's proposals are hereby being requested and response to requirements listed below shall be sumitted on contractor's letterhead and must address all requirements listed below and should contain the name, title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for each item offered must also be included in proposal/bid package. The VA Medical Center (VAMC), Minneapolis, MN, has a requirement for an operating lease for one year with the option to buy the equipment or renew the lease for another year, or cancel the lease at end of base or option period for brand name or equal OEC Medical Systems, Inc., 384 Wright Brother Drive, Salt Lake City, Utah, 84116 equipment described as follows: Item One (1ea) Series 9800 Digital Mobile C-arm Vascular Platform configured with the following (a) X-ray Generator -- 15kW, 60kHz high frequency; Full power from a standard wall outlet (120V, 15amp); Patented battery buffered design; 40 to 120kVp range; 0.2 10 mA range: Fluoroscopy; 1-20 mA range: High Level Fluoroscopy; Pulsed Fluoroscopy mode, 1,2,4,8 & 15 puluses per second; Digital Spot mode up to 75 mA; High Level Pulsed Fluoro mode up to 40 mA @ 1,2,4, or 8 pps; Digital Cine Pulse mode: 40-120 kVp, up to 150 mA, 10 ms pulse widths, 15 pps. (b) X-ray Tube & Collimation Rotating anode x-ray tube with 0.3mm and 0.6mm focal spots; 300,000 HU anode heat capacity; 1,600,000 HU housing heat capacity; Preview TM on-screen collimator position indication; Iris collimator and semi-transparent dual leaf collimator. (c) Video Imaging System 9"/6"/4.5" (23/15/11cm) image intensifier; High resolution, 1k x 1k CCD camera with full-frame capture; 1,000 line, high resolution dual 16" square TV monitors (19" diagonal equivalent), anti-glare, progressive full-frame scan; Ambient room light sensor. (d) Digital Image Processing and Workstation 1k x 1k x 16 bit digital image processing; AutoTrak TM automatic brightness stabilization; Touchscreen user interface & multi-function footswitch control; Noise filter with on-screen indicator; Real-time motion artifact and noise reduction system; Real-time variable edge enhancement; Zoom & Roam; Negate mode; Automatic and manual contrast and brightness control; 400 image storage with last image hold; Save and auto save; swap & auto swap features; Patient information/annotation and image directory; Image annotation: markers, comments, cropping; X-ray dose summary, may be printed with hard copy documentation; Removable PC diskette image transfer and archive: OEC or BMP formats. (e) Vascular Package Real-time Subtraction; Roadmapping; Peak Opacification; Re-registration (pixel shifting) Variable Landmarking; Mask save/recall; Digital Cine Pulse mode: 15 pps at 10ms pulse widths, up to 150 mA; 15 F/S digital disk: 1,2,4,8 & 15, fps record rates with 4,500 image storage for up to 5 min. record capacity at 15 fps; Frame by frame review; Automatic digitalcine run playback. (f) C-arm Mechanics Counterbalanced, manual adjustment of orbital rotation, cranial-caudial rotation, wig-wag and horizontal motion; Patented flip-flop C-arm reversal; 31" free space, 26" depth in arc, 115 degree orbital rotation; Dual, illuminated C-arm operator control panels. (g) Options Intergrated DICOM 3.0 Interface: Storage Class, Print Class and Query Worklist; Integrated laser quality film & paper printer (dry process): 8x10" film or paper with 1,2, and 4 on 1 formats; 12" Image Intensifier; External High Resolution Monitor, FIMI, 21"; Laser Aimer, 12". (h) Included Unpacking and Installation. Three days of in-service by ARRT certified X-ray technologists. ECE points for the American Society of Radiologic Technologists which can be applied towards the technologists' license. Training of Radiology Staff, Operating Room Staff, and Physicians. Warranty twelve months; Y2K Compliance Warranty. Item Two: (1ea) GE OEC APIX Cardiovalcular Mobile Imaging Table. (a) Electrical power requirements: 120V @ 60 Hz 10 Amps, 240V @ 50 Hz 5 Amps; (b) Patient Load Capacity 400lbs; (c) Demensions: Table top length (retracted) 90"; Table top width 30"; dimension of Imageable area: 18" x 84"; (d) Movements: Lateral travel +/-6"; Longitudinal travel 48"; Trendelenburg travel +/- 20 degrees; Lowest table height 30"; Hightest table height 42"; Lateral Roll/Tilt +/- 20 degrees. (e) General: Table top composition carbon fiber; Table top radiolucency .55mm Al Equivalent; Table pad radiolucency .50mm Al Equivalent (1/2 pad std.); Acessories included: " low attenuation table pad, single C.F. arm board with pad, C.F. tabletop accessory plate, restraint strap, wristlets, control panel covers (1 case of 25), control panel, and hand control. Delivery terms shall be FOB Destination (unless vendor states otherwise) to the VA Medical Center, Warehouse (90D), One Veterans Drive, Minneapolis, MN 55417. This will be a firm fixed price lease agreement. Payment may be made by Government Purchase Card (VISA). Evaluations may be conducted to determine that the products offered will meet Government's requirements. Offerors must indicate in their proposals the price at which they would be willing to sell the equipment should the Government elect to purchase at a later date, prior to expiration of the lease agreement; offerors must also specify the latest date such an option may be exercised by the Government and how much of the lease cost already paid by the Government may be applied against the purchase price quoted. Evaluation factors of technical capability of the items offered and past performance history, and delivery time frame will be considered along with the maximum period of use at the lowest total price to determine "best value" to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the 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. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 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; FAR 52.211-6 Brand Name or Equal; FAR 52.214-21 Descriptive Literature; FAR 52.216-18 Ordering;FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.232-18 Availability of Funds;VAAR 852.211-75 Technical Industry Standards; VAAR 852.211.77 Brand Name or Equal; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. 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, 2000. Faxed proposals will be accepted. Posted 08/28/00 (W-SN490839). (0241)

Loren Data Corp. http://www.ld.com (SYN# 0255 20000830\65-0003.SOL)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |


Created on August 28, 2000 by Loren Data Corp. -- info@ld.com