Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
DOCUMENT

J -- Film Printer - Attachment

Notice Date
5/11/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25016Q0291
 
Response Due
5/25/2016
 
Archive Date
6/24/2016
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
N/A
 
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 as a Request for Quote (RFQ) and the intent is to award a firm fixed price for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 811219 REQUIREMENTS: The VA Healthcare Systems of Ohio, 6150 Oak Tree Blvd Independence, Ohio 44131, is seeking Quotes that provide pricing for equipment as described in the requirements below: 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. Quote shall contain a proposed delivery, installation, and in-service timeline. Logistics is a service division of the Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING LINE ITEMS: Description/Part Number*Qty DryPix Plus with Three Drawers1 PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions 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. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, 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 is significantly more important than price. The provision at VAAR 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. WARRANTY 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. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. 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: 52.204-7 (CCR registration) 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, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). 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 by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 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 Roman Savino, Contract Specialist by e-mail only by Wednesday, May 11, 2016. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 12 p.m. EST Wednesday, May 25,2016. Technical questions and Quotes must be sent by email to roman.savino@va.gov. STATEMENT OF WORK Background: The Cleveland VAMC needs this equipment in order to continue providing the highest level of care for our nation's veterans. This printer will need to meet the needs of several internal services, namely Vascular and Orthopedic Surgery. To meet these services varying needs, the printer must be versatile when it comes to film size and resolution. A replacement our current film printer is needed to meet current VA Windows OS standards. The current system is no longer supported by the vendor. Current system is obsolete and hard to find parts and not currently reliable. System is past its life expectancy. 4. Scope. The following items are being requested by the Louis Stokes Cleveland VA Medical Center. These items will meet the minimum needs of the facility. Description/Part Number*Qty DryPix Plus with Three Drawers1 Salient Characteristics: - Power Requirements: 100-120 VAC 12 A - Built in DICOM Print Server - 50 micron high resolution for Full Field Digital Mammography and selected applications (Or less than 50 microns) - 100 micron standard resolution - Windows 7 Operating System - Must be able to Minimum Up to 160 films/hour (110 14?x17? films/hour) - Time to first film: minimum of 85 seconds (14" x17" film) - Must be able to print the following film sizes: - 14" x 17" (35 x 43 cm) - 14" x 14" (35 x 35 cm) - 10" x 14" or 11" x 14" - 8" x 10" 5. Specific Tasks. 5.1 Task 1 - Delivery The vendor will deliver the above items to the Cleveland VAMC no later than June 24, 2016. Deliverables: The software will be delivered to the facility: Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106 5.2 Task 2. Installation and Assembly The vendor will provide any equipment needed for proper assembly of the software. This includes any uncrating, assembling, and installation of components. Installation will also include testing the equipment and software. Testing shall include any tasks determined by the contractor to be necessary to ensure the machines are free of craftsmanship defects, all component parts are functioning within manufacturer's specification. Biomedical Engineering staff will determine if testing results are satisfactory to begin internal acceptance and fit for use. Deliverables: Installation and assembly of equipment and corresponding software will be complete and approved for use by the vendor, the medical staff, biomed, and any other applicable groups. 6. Performance Monitoring The COR will monitor the successful delivery of the equipment by maintaining contact with the vendor and coordinating with the VA Warehouse and Biomedical Engineering personnel. The COR will also ensure the equipment is assembled and all installation of hardware and software is done to contract specifications. 7. Security Requirements The contractor will have access to the Medical Center to travel to Radiology Service perform software installation and applications training on the software. Contractor will need all necessary security documents prior to training in that patient information may be viewable during training. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will be no Government-Furnished Equipment or Government furnished Information provided to the vendor. 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Possible follow-on work could be contact with the Vendor for troubleshooting problems. Also, vendor may be notified if the product is not functioning properly. b. Identification of Potential Conflicts of Interest (COI). There are no known potential conflicts of interest. c. Identification of Non-Disclosure Requirements. The vendor will not have access to any VA patient sensitive information or proprietary information. d. Packaging, Packing and Shipping Instructions. Packaging and shipping will be at the discretion of the vendor. e. Inspection and Acceptance Criteria. Products will be inspected upon arrival by the COR, Biomedical Engineering and Radiology Service. 10. Risk Control The Radiology Service will follow any safety recommendations given by the vendor for the equipment. 11. Place of Performance. The equipment will be used in the Radiology Service (File Room) located within the Main Hospital. Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106 12. Period of Performance. One time buy. 13. Delivery Schedule. The items listed above shall be delivered to the Louis Stokes Cleveland VA Medical Center once the purchase has been finalized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0291/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0291 VA250-16-Q-0291.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2726024&FileName=VA250-16-Q-0291-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2726024&FileName=VA250-16-Q-0291-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cleveland VA Medical Center;10701 East Blvd;Cleveland, Ohio
Zip Code: 44106
 
Record
SN04113565-W 20160513/160511234739-4c583dafc8e3ce02ca5c4111d9016546 (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.