Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
DOCUMENT

65 -- Xeleris 2 IB - Attachment

Notice Date
9/12/2012
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26112Q1809
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Samuel Bon
 
E-Mail Address
3-4563<br
 
Small Business Set-Aside
Total Small Business
 
Description
This document 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, proposals are being requested, and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to September, 17th 2012 will be considered by the Government. The NAICS code is 334510 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Please note, all of the line items are designated Brand Name or Equal: CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 1.00EA $___________________ $____________________ Brand Name or Equal Description: S8005WK Xeleris 2 IB Options 1 1 S8005WK Single Unit copy of Evolution for Bone Evolution for Bone provides new imaging opportunities, including the ability to: o Acquire Wholebody SPECT Images (3 FOVs) in the time previously required for 1 SPECT and Planar Images o Enhanced quality Bone SPECT, in half the time - Reduce the Imaging time of Bone SPECT by up to 50% (per recommended acquisition protocols) while retaining or improving image quality. o Improved Quality Bone SPECT - A measurable improvement in system resolution on normally acquired SPECT o Recovery Compromised Studies Recover the resolution of some count deficient studies. PRODUCT CONFIGURATION Evolution for Bone is an optional software package for Xeleris running Version 1.1 software or above for Bone SPECT images acquired on Infinia systems running Version 2.004.004.2 or above. Evolution for Bone (single unit). Includes software for one Xeleris 1.1 or above workstation to reconstruct data from multiple Infinia systems. Also includes 2D Adaptive Filter to improve the resolution of 2D Planar Bone Images. Quoted on: Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0002 1.00EA $___________________ $____________________ Brand Name or Equal Description: Product Number: H3800NNEvolution for Cardiac SPECT Software License for a single Xeleris 2 Workstation. Evolution for Cardiac is an innovative reconstruction package for both gated and non-gated Tc99m-based Nuclear medicine myocardial perfusion SPECT imaging (with and without Hawkeye CT attenuation correction) that improves image quality while reducing imaging time up to 50% (see supported acquisition protocols in Product Data Sheet for specific parameters). Minimum Requirements for Evolution for Cardiac There are minimum requirements for the Xeleris, Cameras, and Acquisition Protocols in order to be used with this product. Equipment or protocols other than those noted below are not supported. Supported Xeleris Workstations: Xeleris 2.0523 (M4) software or above XW6200 or XW6400 Xeleris Hardware Xeleris Workstation (not Xeleris View or XFL, although these products may be used to display the studies once reconstructed) Supported Camera Systems: Ventri Infinia - Version 2 Infinia 2 Hawkeye Infinia 2 Hawkeye 4 Note: LEHR collimation must be used on all of the above cameras. Supported Radiopharmaceuticals: Tc99m Tetrofosmin (Myoview) Tc99m Sestamibi (Cardiolite) Supported Acquisition Parameters: 64 x 64 matrix 180 Acquisition Arc 8 bins (if gated) See Product Data Sheet for additional acquisition parameters, including Angular Step, Frame Duration, and dose for various supported protocols. Quoted on: Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0003 1.00EA $___________________ $____________________ Brand Name or Equal Description: Product Number: W0002NM2 Days NM TiP Onsite Training Two Day NM Onsite Training provided from 8AM to 5PM, Monday through Friday. Includes T&L expenses. Days provided consecutively. This training program must be scheduled and completed within 12 months after the date of product delivery. Quoted on: Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ GRAND TOTAL --- $_______________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITY ALL Requested Delivery Date: 30 Days ARO SHIP TO: ATTN: TBD VAMC - Warehouse (90D) 4150 Clement St., Bldg. 203, Rm. BB21 San Francisco, CA 94121 SALIENT CHARACTERISTICS Any "Or Equal" products being offered must have the following salient characteristics: "Need to possess 100% compatibility to our existing GE Hawkeye Nuclear Medicine System with the following functionality: "Acquire Whole body SPECT Images (3 FOVs) in the time previously required for 1 SPECT and Planar Images. " Acquire Enhanced quality Bone SPECT, (in half the time) so as to reduce the Imaging time of Bone SPECT by up to 50% (per recommended acquisition protocols). Must retain or improve image quality by this process. "Significant Resolution Quality Bone SPECT. Must have a measurable improvement in system resolution than normally acquired SPECT. "Acquire images through recovery and/or compromised deficient studies with poor resolution acquisition. "PRODUCT CONFIGURATION; software package must run on Version 1.1 software or above for Bone SPECT images. "Functionality for software and/ or workstation, to reconstruct data from multiple systems. "Functionality for 2D Adaptive Filter to improve the resolution of 2D Planar Bone Images. "Must acquire Cardiac images and provide reconstruction both gated and non-gated for Tc99m-based Nuclear medicine myocardial perfusion SPECT imaging studies. (with or without CT attenuation correction) "The minimum requirements for the software and workstation, Cameras, and Acquisition Protocols are: (Equipment or protocols other than those noted below are not supported) "100% compatible integration with Philips iSite PACS, VISTA and CPRS. "Must be able to support and 100% compatible with Xeleris 2.0523 (M4) software or above XW6200 or XW6400 Xeleris Hardware Xeleris Workstation. "Functionality to Support these Radiopharmaceuticals: o Tc99m Tetrofosmin o Tc99m Sestamibi "Supported Acquisition Parameters: o 64 x 64 matrix o 180 Acquisition Arc o 8 bins (if gated) 1-Must have certain physical characteristics other than size or weight dimensions: "Must meet the existing physical dimensions of GE Xeleris workstation with 100% compatibility. "Must seamlessly interface and have 100% compatibility with existing GE Hawkeye infinia system and Philips iSite PACS for image transfer and image processing. 2-Must meet specific technical standard, or industry standards of the following: "Meets the Nuclear Medicine Society standards; "American College of Radiology: "American College of Cardiology. 3-Must be fit for particular purpose, treating disease/syndrome.etc: "Diagnosis and treatment of various oncological diseases for patient care planning and or surgical intervention. " Diagnosis and treatment for various cardiac diseases for patient care planning and/or surgical intervention. "Diagnosis and treatment for various Bone diseases for patient care planning and/or surgical intervention. 4-Must be approved for use by FDA or other governing body: 100% FDA Approved. INSTRUCTIONS TO OFFERORS Only electronic offers will be accepted. Offers are due to Samuel.Bon@va.gov by 6:00 PM PDT September, 17th 2012. EVALUATION FACTORS Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, technically acceptable offeror. FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2012) For the purposes of this clause, items (b) 4, 6, 10, 23, 26-29, 31, 38, 40i, 42, and 48 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2012): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) (End of Clauses)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112Q1809/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-12-Q-1809 VA261-12-Q-1809 XELERIS 2 IB.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=475161&FileName=VA261-12-Q-1809-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=475161&FileName=VA261-12-Q-1809-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02878971-W 20120914/120913000136-1d8bb9b5860c15f1e8dcef2210f62dcb (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.