Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

65 -- Digital Video Recording Module

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-06-RQ-0099
 
Response Due
8/24/2006
 
Archive Date
10/23/2006
 
Description
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 and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 421450 and the business size standard is 750. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The Department of Veterans Affairs Medical Center, Speech Pathology Dept (126), 4801 Linwood Boulevard, Kansas City, MO 64128 has a requirement for the following item(s): Item 1; Digital Video Recording Module -includes hardware and software for fluoroscopy* & FEES digital recording. Can be integrated with Swallowing Signals Lab and/or FEES components (purchased separately). Compatible with CPRS. MFR #: 7245C or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 2; Video Camera Package including PSV-4000 Camera (66110); ani-moire lens with microfocus (84115); eyepiece adapter with centering mechanism for rigid ocular endoscopes (84128). MFR # KVM-98052 or equal. Quantity: 1 EA- UNIT PRICE: __________. Item 3; Nasolarygoscope - Fiberscope, Distal tip diameter: 3.4mm, Working Length: 300mm, angulation up/down: 130/130, Angle of View: 75 degrees. MFN # FNL-10RP3 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 4; Cart/Isolation Transformer - custom designed cart to accommodate the complete digital swallowing workstation. Isolation transformer included for hospital safety regulations. MFN # 7271 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 5; 1 Lap top viewing station - Dell Inspiron Lap Top, 15.4"" screen, duo processor 1.66 GHz, 512 MB Ram, DVD+RW Drive, Windows XP, Office Productivity Suite (recommended by KCVAMC IT). MFN # 4307 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 6; Combination DV and SVHS VCR - Digital Videotape and SVHS VCR combines Mini DV recording and playback abilities with both SVHS and standard VHS recording and playback. It can record to DV and then copy a selected segment to SVHS or VHS. The fire wire output facilitates sharing of DV recordings with a computer. The unit provides 500 lines of resolution with the DV format and over 400 lines of resolution with Super VHS. NTSC only. MFN # 9131 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 7; Factory authorized setup and training on system. FEES training not included. MFN # 7198 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 8; 150W halogen light source (Pulmoney/FNL/F1 without Water Bottle). MFN # LH 150PC or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 9; Color ink-jet printer for hard copy reports. MFN# 7264C or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 10; Leakage tester, bulb type, hand operated. MFN # OF-LT1 or equal. Quantity: 1 EA- UNIT PRICE: _______. Item 11; Additional one year to standard one-year warranty for system. MFN Extended warranty. Quantity: 1 YR- UNIT PRICE: _______. Item 12; Shipping Costs: UNIT PRICE: _______. TOTAL COST: ________________ Kay Pentax is the Manufacture of this equipment. System shall be Windows based software, Automatic archiving to hard drive, Ability to interface with all fluoroscopic units at the facility, High quality video and audio recording and playback in both fluoroscopic and endocopic modes, Patient and exam database with user definable fields, Utility for converting exams to multimedia formats, Ability to display two exams, simultaneously, for comparison of physiology changes over time, Onscreen, real time labeling or exam components/procedures, System can be expanded to record, store, and display other physiologic parameters related to swallowing, when needed in the future, System shall be capable of uploading still frames to VISTA Imaging. Delivery, which shall occur within 45 calendar days of contract award, shall be FOB DESTINATION to the Department of Veterans Affairs Medical Center, Speech Pathology Dept (126), 4801 Linwood Boulevard, Kansas City, MO 64128. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offeror based on Best Value, price and other factors considered. Offerors shall submit descriptive literature, -technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 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, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it_s DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR! 852.219 -70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUN number, and size status (i.e., small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the Department of Veterans Affairs, VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048. Attn.: Jerry Shepherd, Contracting Officer, no later than 4:00 P.M. Central daylight time on August 24, 2006. You may contact Jerry Shepherd, Contract Specialist at jerry.shepherd99@va.gov or FAX 913-758-6495.
 
Record
SN01116644-W 20060818/060816220827 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.