SOLICITATION NOTICE
Q -- Vitrea Software Licenses
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
- ZIP Code
- 55417
- Solicitation Number
- VA-263-07-RQ-0149
- Response Due
- 8/29/2007
- Archive Date
- 10/28/2007
- Small Business Set-Aside
- N/A
- Description
- (i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A separate request for quotations are NOT being requested and a separate written request for quotations will not be issued through this notice. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with Vital Images of Minnetonka Minnesota for two Vitrea Software licenses, advanced options to the Vitrea software, a Vital Performance service package and, several training sessions related to the use of the software. The Government believes that Vital Images is the only responsible source that can provide the software licenses that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. (ii) The reference/solicitation number is VA-263-07-RQ-0149 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a firm fixed price contract and corresponding purchase order. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 and 15, or some part thereof. (iii) The provisions and clauses incorporated into this solicitation document are those in effect though Federal Acquisition Circular 2005-19. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 423430 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of eight line items: Line Item 0001: Vitrea Software and installation Qty: 2; Line Item 0002: General Vessel Probe Options Software, Qty: 3; Line Item 0003: CT Lung Options Software Qty: 2; Line Item 0004: Vitrea Access "floating" license Options Qty: 2; Line Item 0005: Vitrea Access Remote Access Option Software Qty: 1; Line Item 0006 In house training sessions including tuition and travel Qty: 4; Line Item 0007: In-house training sessions including tuition Qty:11; Line Item 0008: Vital Performance Service Package one year Qty: 2. (vi) The Vitrea Software Licenses will be used to utilize "Vitrea" software that evaluates CT Images obtained for the purposes of patient diagnosis. The General Vessel Probe, and CT Lung advanced options are additional tools to the Vitrea software. Vitrea access "floating" licenses enable anyone throughout the Veterans Integrated Service Network ("VISN") to utilize the software at any station. Vitrea Access Remote Option enables the VISN to access the software from a remote location within the VISN. The Vital Performance service agreement covers software licensed by Vital Images, including technology upgrades. In-house training will be provided to instruct additional physicians on how to utilize the Vitrea Software. (vii) delivery and acceptance of deliverables will be FOB origin within 5 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporates the following addenda to 52.212-1: 52.225-18 Place of Manufacture; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items does not apply to this requirement. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition, and incorporates the following as addenda: 52.204-4. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-5 Trade Agreements, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing information regarding qualifications and capabilities, including technical data and pricing to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE WEDNESDAY AUGUST 29, 2007, by 3:30 p.m. central standard time. (xvii) Submit faxed quotation to Lindsay Roop, at (612) 467-2072 with signed original forwarded by mail to: Lindsay Roop, Contracting Officer (90C), VA Medical Center, Bldg 68, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations to lindsay.roop@va.gov provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Lindsay Roop via email at lindsay.roop@va.gov with any questions.
- Place of Performance
- Address: One Veterans Drive;Minneapolis;Minnsota
- Zip Code: 55417
- Country: USA
- Zip Code: 55417
- Record
- SN01380994-W 20070824/070822220948 (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 |