SOLICITATION NOTICE
K -- CT Densitometry System
- Notice Date
- 9/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24110RQ0680
- Response Due
- 9/28/2010
- Archive Date
- 10/28/2010
- Point of Contact
- James.Kneeland@VA.Gov
- E-Mail Address
-
Contracting Specialist
(james.kneeland@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for a CT Densitometry System (i) 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; proposals are being requestd and a written solicitation will not be issued. The solicitation number is VA-241-10-RQ-0680. The VA Boston Healthcare System Radiology Department would like to purchase a QTC PRO 3D Volumetric Spine and CTXA-Hip System bone densitometry system to be located at the Jamaica Plain Campus 155 South Huntington Avenue, Jamaica Plain, MA 02130. The VA Boston healthcare System intends to issue a sole-source contract to Mindways Software, 3004 S LAMAR, STE 302, Austin Texas 78704-4799 under the authority of FAR 6.302-1 but will entertain other qualified offers through this Combined Synopsis/Solicitation.. This requirement is not set aside; it is conducted under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The NAICS Code is 4339112 and the size standard is 500 Personnel. Inquires/information received after established deadline of 3pm EST on September 29th, 2010 shall not be considered. The submission of any data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. This synopsis is issued pursuant to FAR 6.302-1. Inquiries should be forwarded to James.Kneeland@VA.Gov. Since Mindways is the sole provider of this service and has a successful record of providing these services to the VISN 1 VA, it is our desire to continue using this vendor. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number #VA-241-10-RQ-0680.is available upon request. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the VA Boston Healthcare system intends to award a commercial Firm Fixed Price (FFP) award to Mindways Software, 3004 S LAMAR, STE 302, Austin Texas 78704-4799. Interested vendors may offer a quote for consideration or for future contract consideration. Interested parties must submit their technical specifications of services, past performance information and price detailing how their services meets VA requirements to the contract specialist via e-mail. You should also provide your DUNs number, Federal Tax ID and GSA number, if on a GSA contract. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. All responses must be received NLT September 28th, 2010 @ 1:00PM/EST USA. E-mail: James.Kneeland@VA.Gov (ii) This solicitation is issued as a Request for Quotation (RFQ); the solicitation number is VA-241-10-RQ-0680. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular April 22, 2010.. (iv) This is not a set aside. The NAICS code is 511120 and the size standard is 500 personnel. (v) The contract line item numbers and items, quantities and units of measure are also provided in the in section (vi) as Requirements. (vi) The following is a description of the requirements for the services to be provided: Requirements: 1.Must allow for 3-dimensional densitometry with volumetric quantitative evaluation of BMD of spine and hip 2.Must enable the performance of spine and hip bone densitometry on an existing CT or PET/CT Scanner 3.Must allow for measurements of the strength and structure of the trabecular bone that provides higher definition and higher accuracy and sensitivity than DXA systems 4.Must provide tools to evaluate bone biomechanical integrity 5.Must have the ability to assess trabecular, volumetric mineral density, independent of cortical bone 6.Must have the ability to assess BMD in patients with scoliosis or other complex spinal deformities 7.Must enable scans to be performed at any CT site and the data conveyed to any PC running the system via various methods such as network or CD for convenient analysis and diagnostic control at that location. 8.Must have a DICOM interface to DICOM-compatible CT scanners 9.Must provide on-site implementation and training by a qualified vendor representative. 10.Vendor must provide unlimited telephone and/or email technical support for one year. (vii) The date and place of delivery and acceptance and FOB point is: Friday, September 24th, 2010 Department of Veterans Affairs VISN 1 Brockton Office 940 Belmont Street Brockton, Ma 02301 Offers will only be accepted electronically at James.Kneeland@VA.Gov. Any inquiries will also only be accepted electronically at this email address. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and the following addenda applies to the provision. (ix) Provision 52.21-2, Evaluation of Commercial Items is applicable. Past Performance and Technical Ability are approximately equal to Price for evaluation purposes. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Addenda to this clause are: (xii) 52.212-5, Contract Terms and Conditions To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all applicable FAR clauses cited in this clause are applicable: (xiii) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are: FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.246-70 Guarantee (JAN 2008) VAAR 852.246-71Inspection (JAN 2008) VAAR 852.270.1 Representatives of Contracting Officers It is the offeror's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acquisition.gov/comp/far/index.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) There are no applicable Numbered Notes in the RFQ. (xvi) Offers are due back electronically by Wednesday, September 28th, 3:00 PM est. (xvii) POC is James P. Kneeland and offers an inquiries will only be accepted electronically. All offers or inquiries should be sent to James.Kneeland@VA.Gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0680/listing.html)
- Record
- SN02299589-W 20100930/100928235100-a3f5a166b487cab534225bc2fbcaf290 (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 |