Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
DOCUMENT

65 -- ELECTROPHYSIOLOGY RECORDING SYSTEM - Attachment

Notice Date
5/16/2018
 
Notice Type
Attachment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
36C26218Q0664
 
Response Due
5/24/2018
 
Archive Date
6/23/2018
 
Point of Contact
FREDY A ARTEAGA
 
Small Business Set-Aside
N/A
 
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 2005-96, dated November 6, 2017. Solicitation 36C26218Q0664 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 as an unrestricted solicitation. NAICS Code is 334515 and the Small Business Administration s (SBA) size standard 750 Employees. The Government is seeking a contract to acquire an electrophysiology recording system that at a minimum meets the following salient characteristics with a brand name or equal product for the VA San Diego Healthcare System: Must provide software and system infrastructure to integrate and be compatible with current BARD Electrophysiology (EP) system and supplies. Must be able to integrate with the other systems in the Lab (Carto, Topera, CoolFlow) Must be a system with no less than 160 intracardiac channels / 320 input amplifier with high signal quality to meet the need of the current systems and Cardiac Ablation procedures. Must Calculate the Dominate Frequency and numerous derivatives which are utilized in Afib procedures. Must calculate the Dominate frequency and 3D Electro view for analysis with enhanced diagnostics. Must provide analysis of entire Afib cycle length to extract arrhythmia information and extrapolate the wave forms from intracardiac electrograms. Frequency algorithm software must provide advanced analysis of complex left atrial electrograms Must allow for more 150 catheter inputs so that the physician can better diagnose patient arrhythmias Must have Overlay feature to enable physician to utilize (Cat Scan, CARTO, Xray, Micro Pace) modalities to better visualize morphology similarities with pace mapping. Must have Template Matching Software Must have Accurate comparisons of template and real-time signals. Must provide beat-to-beat analysis with no need to stop and measure for the earliest activation after every paced sequence. Must have T-wave subtraction Software to localize atrial arrhythmias. Must have automated real-time waveform analysis for detection of P-wave morphology using trigger detection. Must provide for subtraction of T-wave from an overlapped patient waveform to recover an obscured P-wave. See attached SF 1449 Solicitation for further details. Place of Performance: VA San Diego Healthcare System (VASDHS), 3350 La Jolla Village Drive, San Diego Ca. 92161. 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 Fredy Arteaga at fredy.arteaga@va.gov no later than May 21, 2018, 4:00 PM Eastern Standard Time (EST). Ensure to reference solicitation # 36C26218Q0664 within subject line of the email. Quotes must be received by May 24, 2018 by 4:00 PM EST. Email your quote to Fredy Arteaga at fredy.arteaga@va.gov. Ensure to reference solicitation # 36C26218Q0664 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 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 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 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 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 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0664/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q0664 36C26218Q0664_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310753&FileName=36C26218Q0664-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310753&FileName=36C26218Q0664-000.docx

 
File Name: 36C26218Q0664 S02 RFQ VA SAN DIEGO ELECTROPHYSIOLOGY RECORDING SYSTEM 36C26218Q0664.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310754&FileName=36C26218Q0664-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310754&FileName=36C26218Q0664-001.pdf

 
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: VAMC SAN DIEGO;SUPPLY WAREHOUSE;3350 LA JOLLA VILLAGE DRIVE;SAN DIEGO CA
Zip Code: 92161
 
Record
SN04924384-W 20180518/180516230908-7b9f1a4f7ed772ae0a9d40b1666d37eb (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.