|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.,
Washington, DC 20422 65 -- TRANSCRANIAL DOPPLER SYSTEM SOL RFP 688(CSC)5-97 DUE 070197 POC
Hazel A. Frnace, Contracting Officer, (202) 745-8660 Invitation for
Bid #688(CSC)5-97 is a combined synopsis/solicitation for commercial
items for the Veterans Affairs Medical Center in Washington, DC
prepared in accordance with the format in FAR subpart 12.6, as
supplemented with additional information in this notice (SIC code
3841). This annoucement constitutes the only solicitation; proposals
are being requested and a written solicitation WILL NOT BE ISSUED.
Contract award is subject to the availability of funds. Contractors
shall furnish and install one (1) Transcranial Doppler System --
Pioneer TC2020 (brand name or equal) under the terms, conditions,
provisions and the schedule of this solicitation. The items are to be
delivered F.O.B. destination to the Department of Veterans Affairs
Medical Center, 50 Irving Street, N.W., Washington, DC. DESCRIPTION OF
SUPPLIES/SERVICES-Offerors shall provide pricing on the following
items, quantities, stock# and brand name (or equal) items. [1] Pioneer
TC2020-Two Channel Doppler System (includes the following:Intel
Pentium Processor, Sound-Trak Digital audio saving software, uni-port
probe connectors, remote control unit, keyboard, minimum of 1.2 GB hard
drive, minimum 8 mybyte RAM, 3.5" floppy diskette drive, diagnostic
software module, probe holder, DOS version 6.22, operators manual,
aquasonic conductive gel,stero headphones),[2] one (1) each 2 MHz
diagnostic transducer, [3] 15" super VGA high resolution color monitor,
[4] one (1) EME Pioneer cart with isolation transformer, [5] one (1)
each unilateral monitoring software, [6] one (1) IMP monitoring
fixation plate with monitoring transducer, [7] one (1) HP DeskJect
color printer, 600 series, contractor training of designated government
employees (includes airfare, meals, lodging and tuition), shipping and
one full year on parts and labor. 852.120-77 BRAND NAME OR EQUAL. (NOV
1984)(Note: as used in the clause, the term "brand name" includes
identification of products by make and model.)(a) items called for by
the IFB 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. Bidders "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 bid and are determined by the Government to meet full
the salient characteristics/requirements listed in the IFB. (b) Unless
the bidder clearly indicates in his bid that he is offering an 'equal'
product, the bid shall be considered as offering a brand name product
referenced in the IFB. (c)(1) If the bidder proposes to furnsih an
"equal" product, the brand name, if any, of the product to be furnished
shall be inserted next to the line item number of the brand name
product provided in the Invitation for Bids, or such product shall be
otherwise clearly identified in the bid. The evaluation of bids and the
determination as to equality of the product offered shall be the
responsibility of the Government and will be based on information
furnished by the bidder or identified in his/her bid as well as other
information reasonably available to the purchasing activity. CAUTION TO
BIDDERS. The purchasing activity is not responsible for locating or
securing any information which is not identified in the bid and
reasonably available to the purchasing activity. Accordingly, to insure
that sufficient information is available, the bidder must furnished as
a part of his/her bid all description material (such as cuts,
illustrations, drawings or other information)necessary for the
purchasing activity to: (i) determine whether the product offered meets
the salient characteristics requirements of the IFB, and (ii) establish
exactly what the bidder proposes to furnish and what the Government
would be binding itself to purchase by making an award. The information
furnished may include specific references to information previously
furnished or to information otherwise available to the purchasing
activity. (2) If the bidder proposes to modify a product so as to make
it conform to the requirements of the IFB, he/she shall: (i) include
in his/her bid a clear description of such proposed modifications, and
(ii) clearly mark any descriptive material to show the proposed
modifications. (3) modifications proposed after bid opening to make a
product conform to be brand name product referenced in the IFB will not
be considered. The contractor shall notify the government within 3
workdays of any notification by the manufacturer or any removal, recall
or modification of supply required under the contract. Bidders must
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its bid.
The following incorporated provisions and clauses are those in effect
through FAC 90-46 and are applicable to this acqusition; 52.212-1,
Instructions to offerors -- Commercial Items; 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items; 52.222-3, Convict Labor(E.O11755) and 52.233-3,
Protest After Award. The Contractor agrees to comply with the following
FAR clauses which are incorporated by reference and are applicable to
acquisitions or commercial items or components; 52.203-6 Restrictions
on Subcontractor Sales to the Government, with Alternate I;52,203-10
Price or Fee Adjustment for Illegal or Improper Activity;52.216-21,
Requirement,52.217-5, Evaluation of Options, 52.212-10 Delivery of
Excess Quantities, 52.232-1 Payments, 52.232-8 Discounts for Prompt
Payment, 52.232-11 Extras, 52.232-17 Interest, 52.232-25 Prompt
Payment, 52.232-28 Electronic Funds Transfer Payment Methods, 52.246-2
Inspection of Supplies-Fixed-Price, 52.246-16 Responsibility for
Supplies, 852.210-72 Inspection, Rejected Goods, 52.212-13 Stop Work
Order, 52.247-34 F.O.B. Destination, 52.225-3 Buy American Act --
Supplies; 52.225-9, Buy American Act -- Trade Agreements Act -- Balance
of Payments Program; 52.225-17, Buy American Act -- Supplies Under
European Community Sanctions for End Products; 52.225-18, European
Community Sanctions for End Products; 52.225-19, European Community
Sanctions for Services; 52.225-21 Buy Amercian Act -- North American
Free Trade Agreement Implementations Act -- Balance of Payments
Program. All bid prices and information regarding this procurement must
be received on company letterhead, in a SEALED ENVELOPE -- noting bid
response to Invitation for Bid No. 688(CSC)5-97 is enclosed. All
envelopes shall be addressed to Hazel A. France, Contracting Officer
(90c), Room 1B-112, VISN 5 Contracting Service Center, VA Medical
Center, 50 Irving Street, NW, Washington, D.C. 20422. Bid opening is at
2:00PM EST, 7/1/97. FAXED bids will not be accepted. (0164) Loren Data Corp. http://www.ld.com (SYN# 0294 19970617\65-0005.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|