SOLICITATION NOTICE
66 -- BRAND NAME OR EQUAL TO: VECTRA H1.2-XP-270 System
- Notice Date
- 2/26/2020 8:48:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E20Q0071
- Response Due
- 3/4/2020 8:59:59 PM
- Archive Date
- 05/03/2020
- Point of Contact
- RACHAEL.TALBOTT@VA.GOV
- E-Mail Address
-
rachael.talbott@va.gov
(rachael.talbott@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- This solicitation is a request for quotations (RFQ]. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The VHA RPO-East Contract Office is seeking to purchase for the following and all interested companies shall provide quotation(s)for the following: Supplies Brand name or Equal to VECTRA H1.2-XP-270 System, a stereoscopic 3D imaging system. Characteristics: Here are the minimum specifications to meet at least the same data quality to existing data: minimum of 1mm angular resolution on the stereoscopic 3D imaging system. it must be handheld and easily portable stereoscopic view with at least two simultaneous capture view points must provide stereophotogrammetry minimum 0.95 mm geometry resolution (triangle edge length) must capture both normal light and cross-polarized views must have ranging lights to ensure reproducibility in free clinic setting must be handheld and portable with a maximum weight of 6 pounds and dimensions 5 x 6 x 6 inches at most must come with carrying case must include calibrated flash light source minimum 270mm (H) x 165mm (W) x 100mm (D) capture volume maximum 2 ms capture time must come with accompanying analysis software and computing system must provide multiple image stitching capability in the software, as well as CIELAB color space and absolute surface area and volume measurements must provide unlimited copies of the software must come with at least 4 batteries and 2 chargers to ensure continuing must also export data both in texture and mesh in .obj format files. Security clearance is not required. Vendors will not install, upgrade or access VA systems or VA patient sensitive information. The system is a stand-alone system not integrated with the VA IT. Address: Veterans Affairs Medical Center Nashville Bldg ACRE, Room F332 1310 24th Ave South Nashville, TN. 37212 Award shall be made to the quoter whose quotation offers the lowest price technically acceptable. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.211-6 Brand Name or Equal to This is an open-market combined synopsis/solicitation for products as defined herein.��Submission shall be received not later than 04 MARCH 2020, 12:00 p.m. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Please reference 36C24E20Q0071 in subject line of your email when responding to this notice. Your response should include both the interest/capability statements and business size/socioeconomic status. No telephone responses will be accepted. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government. Any questions or concerns regarding this solicitation should be forwarded in writing with the reference in subject line via e-mail to Rachael.Talbott@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b73fa5721f764496add34378985eaf5c/view)
- Place of Performance
- Address: Veterans Affairs Medical Center � Nashville;Bldg ACRE, Room F332;1310 24th Ave South;Nashville, Tennessee 37212, USA
- Zip Code: 37212
- Country: USA
- Zip Code: 37212
- Record
- SN05573359-F 20200228/200226230258 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |