Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

58 -- Geodesic EEG System

Notice Date
12/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-08-RQ-0090
 
Response Due
12/6/2007
 
Archive Date
2/4/2008
 
Point of Contact
Jonathan Jewel Contract Specialist, Intern
 
E-Mail Address
Email your questions to work account
(jonathan.jewel@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation Number VA-250-08-RQ-0090 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies and services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. This requirement is a 100% small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 541720 Research and Development in the Social Sciences and Humanities. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking a Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quotes shall contain a proposed installation and in-service timeline. The Research Department is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Bldv., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing for the 64 Channel Geodesis EEG System 300as described in requirements below. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, and training). LINE ITMES: 1) 64 Channel Geodesic EEG System 300 to include; Net Amps 300, Hospital Grade Isolation Transformer, Articulating Arm, 1 Net Station Acquisition Review and Analysis Software, 1 HydroCel Sensor Net Size 56-58 cm, Acquisition CPU, 23" Cinema Display, Digital Video Camera, Onsite training and installation. 2) 64 Channel Adult Small 54-56 cm HydroCel Sensor Net. 3) 64 Channel Adult Large 58-61cm HydroCel Sensor Net. 4) Amp Server Pro SDK to include; Protocol Documentation, Client Software Library, Convenience Client API (in C++ , Java), Example Code in Windows, Mac, Unix, and Matlab, 4 hour Software Consultation, Amp Server Pro SDK Announcements, Amp Server Pro SDK Users' forum Access. 5) TTI Cable for Parallel to Serial db 25 to db 9. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the matching the specified equipment in features, quality, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRENTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Jonathan Jewel, Contracting Officer by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Question submitted after 12 noon Tuesday December 4, 2007 that may affect the competitive process can not be addressed. Quotes and accompanying information are due no later than 10 a.m. EST December 6, 2007. Technical questions and Quotes must be sent by email to jonathan.jewel@va.gov. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
 
Web Link
Home Page
(http://vaww.cleveland.med.va.gov/)
 
Place of Performance
Address: The Louis Stokes Cleveland VA Medical Center;202/Daly-Plas\C-15;10701 East Blvd;Cleveland, Ohio
Zip Code: 44106
Country: USA
 
Record
SN01462094-W 20071205/071203223421 (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.