DOCUMENT
65 -- 600-18-1-441-0025 TIMS 2000 SP - Attachment
- Notice Date
- 1/30/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q0280
- Response Due
- 2/7/2018
- Archive Date
- 3/9/2018
- Point of Contact
- Carol Evans
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017. Solicitation 36C26218Q0280 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under as a Total Service Disabled Veteran Owned Small Business Set-Aside. NAICS Code is 339112 and the Small Business Administration s (SBA) size standard 1000 Employees. The Government is seeking a contract to acquire a recording and reviewing system for analyzing modified barium swallow (MBS) studies. This system is essential for the examination of the pharynx, gastrointestinal tract, and the esophagus. This solicitation is seeking brand name or equal to products. This solicitation is seeking the following systems and components as brand name or equal to products: Line Item Stock Number Description Qty Unit 1 061000-SP-MCP+ TIMS 2000 SP Mobile Cart Package Plus 1 EA 2 061000-3040 TIMS DICOM Review Software 4 EA 3 999996-M TIMS Mobile Extra Modality Kit 1 EA Below are the salient characteristics for equal to products in accordance with FAR Part 52.211-6 and 852.211-73 BRAND NAME OR EQUAL. TIMS 2000 SP Mobile Cart Package Plus: 1. Must record a resolution of 1024 x 1024 at 30 frames per second or higher. 2. Must have a timer for accuracy and efficiency of examinations. 3. Must be able to record to CD/DVD/USB/ or Network. 4. Must record audio and sync audio to video recordings. 5. Must be mobile to provide flexibility in using more than one fluoroscopy room. 6. Must be compatible with VA network (e.g., VistA Imaging, PACS). Review Software: 1. Must be VISTA certified for VA Hospitals. 2. Must be able to access PACS using the hospital network. 3. Must be Windows 7 compatible. 4. Must be able to convert JPG, BMP, PNG, and AVI files to DICOM. 5. Must have remote viewing capabilities to allow viewing of exam in fluoroscopy suite or speech pathology clinic. 6. Must include analysis tools (e.g., zoom feature, adjust playback rate, frame-by-frame analysis, annotations). 7. Must have ability to edit and trim exams. 8. Must include software upgrades for at least a year. 9. Must have the ability analyze multiple exams simultaneously to allow side by side comparison of pre/post therapeutic intervention. Installation and Training: 1. Must include technical support and maintenance. The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. See attached SF 1449 Solicitation for further details. Place of Performance: VA Long Beach Healthcare System (VALBHS), 5901 E 7th Street, Long Beach, CA 90822. Period of Performance: Within 90 days of placing order or sooner if available. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Carol Evans at carol.evans3@va.gov no later than February 02, 2018, 5:00 PM Eastern Standard Time (EST). Ensure to reference solicitation # 36C26218Q0280 within subject line of the email. Quotes must be received by February 07, 2018 by 5:00 PM EST. Email your quote to Carol Evans at carol.evans3@va.gov. Ensure to reference solicitation # 36C26218Q0280 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CLAUSES FAR Number Title Date 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 52.224-2 PRIVACY ACT APR 1984 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.252-1 52.212-2 52.212-3 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS EVALUATION-COMMERCIAL ITEMS OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AUG 1999 APR 2014 OCT 2014 NOV 2017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0280/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0280 36C26218Q0280_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4052010&FileName=36C26218Q0280-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4052010&FileName=36C26218Q0280-000.docx
- File Name: 36C26218Q0280 S02 36C26218Q0280_ RFQ TIMS 2000.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4052011&FileName=36C26218Q0280-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4052011&FileName=36C26218Q0280-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0280 36C26218Q0280_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4052010&FileName=36C26218Q0280-000.docx)
- Place of Performance
- Address: VAMC Long Beach;5901 E. 7th Street;Long Beach
- Zip Code: 90822
- Zip Code: 90822
- Record
- SN04803646-W 20180201/180130230826-ed7565dcf6ef0e5f6691e444c9590195 (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 |