Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2007 FBO #2114
SOLICITATION NOTICE

65 -- LAB MONITORING EQUIP

Notice Date
9/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;South Texas Veterans Health Care System;7400 Merton Minter;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA-257-07-RQ-0145
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared IAW the format in 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. The solicitation number VA-257-07-RQ-0080 is issued as a request for quote (RFQ). This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-18. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. The North American Industry Classification System Code is NAICS 334516, the Small Business Standard 500. THIS REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESSES ONLY. This requirement is brand name or equal purchase, and the manufacturer is Amega Scientific Corp. 52.211-6 BRAND NAME OR EQUAL, if bidding on an equal, offeror must note that the item is an equal. If bidding on a like item, offeror must submit full descriptive literature and describe what features make proposed items equal. Offerors shall hold prices firm in its offer for 30 calendar days from the date specified for receipt. F.O.B. shall be destination, payment terms are net 30. All equal products must be accompanied with manufacturer's salient characteristics, brochures, and literature or other information that will enable a clear technical capability analysis. Requirements: AS-AMEGA VIEW /MULTI - WS. Item is a Centralized Computer Based Environmental Monitoring System that provides for alarm notification and data logging in GLP/GMP facilities, (for use in the laboratory/blood bank), System will require hardware that shall perform all of the system functions independent from the user interface software. System shall be capable of being programmed and interrogated by multiple users simultaneously via the company computer network. AS-WS-418-TMP wireless external temperature transmitter (measuring range -90 deg C to +40 Degree C, AS-WS-418-TMP wireless external temperature w/measuring range of -40DEG C-+85 deg C, AS-Repeater 9.9. Hardware Specifications: The hardware shall be capable of accepting all of the industry standard sensors listed below to measure physical parameters: a) RTD Temperature devices (2, 3 & 4 wire) b) Thermocouple Temperature Devices (Type J, K & T) c) DC Analog Voltage Inputs (0-1, 0-5 & 0-10 Volts DC) d) DC Analog Current Inputs (0-20, 4-20 & 2-22 mA) e) Thermistor Temperature Devices f) AC or DC Digital Input (4.5-28VDC, 15-32VAC, 120VAC) Wireless sensors must be battery operated. Wireless sensors must operate at 418MHz, Repeaters must operate at 900MHz on a ZigBee mesh network, The Gateway will be capable of operating for up to 8 hours on supplied battery power, the Gateway will support a maximum of 6 phone dialers on a "token ring" network. These dialers will notify users in the event of an alarm, The Gateway will be capable of logging data, monitoring status and notifying users of alarm conditions if communications to the company network is interrupted, Gateway connects directly to the company network via 10-Base-T Ethernet connection. Software Specifications: The software will run on a Windows® based PC, software architecture will be of a Client / Server Database, capable of supporting up to 500 users, 100 users simultaneously, support up to 10 Gateways and 100 wireless inputs per Gateway, 21 CFR Part 11 compliant, Inputs shown in a window and color coded as to status, capability to drill down to multiple levels to isolate one or more inputs. Capability for parameters to be set differently for each input on the system; a) High and Low Alarm Limits, b) Alarm Delay, c) Normal and Alarm Logging rate, d) Nominal Inhibit Time, e) Dial Delay, Retry Delay, Repeat Delay, f) Day or Night Phone List, g) Primary and secondary Dialer, h) Email List, i) Output Trigger, The software will allow graphing of historical data, with one or more input per graph. Capabilities for all reports to feature a customizable header and footer, The following Reports shall be available; a) Input readings history b) Activity Event History, c) Input / Output Report, d) System Programming Report, Real time graphing of one to 6 inputs. System shall have capabilities for 25 levels of permission. All data in the system is encrypted, but shall have an "export to Excel®" feature. The contractor agrees to furnish two copies of a manual, handbook or brochure containing operating, installation, and maintenance instructions (including pictures or illustrations, schematics, and complete repair/test guides as necessary). Where applicable, it will include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. 852.211-71: Guarantee (NOV 1984). The contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation. Cost of installation of replacement material and parts shall be borne by the contractor. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), the contractor is required to register in the CCR database at the following web address: CCR - http://www.ccr.gov. AWARD CANNOT BE MADE TO A CONTRACTOR NOT REGISTERED IN THE CCR DATABASE SYSTEM. IAW FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm company. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/ . 52.212-3 Offerors Representations and Certifications - Commercial Items (11/06) - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from http://www.arnet.gov/far . The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, and meets all requirements. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Offers are to be received at the South Texas Veterans Health Care System (STVHCS) 7400 Merton Minter Blvd., San Antonio, TX 78229, ATTN: Pat Ward, no later than 4:00 P.M. CST on September 14, 2007, Contact Pat Ward, Contracting Officer, at 210-617-5240, Pat.Ward@VA.GOV .
 
Web Link
LAB MONITORING EQUIP
(http://www2.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA%2D257%2D07%2DRQ%2D0145/PAT.WARD@VA.GOV)
 
Place of Performance
Address: 7400 MERTON MINTER BLVS;SAN ANTONIO;TX
Zip Code: 78229
Country: US
 
Record
SN01399968-W 20070910/070908220523 (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.