|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1999 PSA#2305Department of Veterans Affairs, National Acquisition Center, P.O. Box
76, Bldg. 37, Hines, IL 60141-0076 65 -- OPERATIVE ENDOSCOPY INSTRUMENT EQUIPMENT SOL M6-Q4-99 DUE 032699
POC Mary E. Haefner-Harris, Contracting Officer, 708-786-5210 WEB:
Forms and Clauses Available Here, http://www.va.gov/oa&mm/busopp.htm.
E-MAIL: Contracting Officer's Address, mary.haefner-harris@med.va.gov.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in FAR 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
separate written solicitation will not be issued. RFQ M6-Q4-99
applies. Acquisition is for two Smith & Nephew Orthopedic Scope
Systems. System components are as follows: 19" Panasonic Color Monitor
(1), Digital 3-Chip Video Camera Control Unit (2), Digital 3-Chip
Video Camera C-Mount Camera Head (2), Xenon XL 180 Watt Light Source
(1), Sony Up-5600MDU Printer (2), Autoclavable 4mm X 30 Degree Wide
Angle Arthroscope (2), 2.7mm X 30 Degree Wide Angle Arthroscope (1),
Short (67mm) 2.7mm X 30 Degree Wide Angle Arthroscope (1), EP-1 Control
Unit With Cord (2), EP-1 Control Unit Assembly (2), EP-1 English/120
Volt Kit (2), EP-1 Hand Motor Drive Unit (2), EP-1 ACLR Lo-Pro
Footswitch (2), 5.2mm Straight Suction Punch (2), 3.4mm Straight
Suction Punch (2), 2.5mm Straight Suction Punch (2), Narrowline Upbiter
(2), Duckbill Upbiter (2), Straight Duckbill (2), L1.5 Curved Duckbill
Upbiter Punch Basket (2), R1.5 Curved Duckbill Upbiter Punch Basket
(2), 1.3mm Upswept Linear Scoop Punch (2), 1.5mm Upswept Linear Scoop
Punch (2), 1.3mm Downbiter Linear Scoop Punch (2), Left Straight,
English/FNS/UL/120 Volt/60 Hz Suction Supply (2), Right Stingray, 2.2
Left 90 Degree Rotary Basket Punch (2), 2.2 Right 90 Degree Rotary
Basket Punch (2), Pitbull Grasper (2), 3.4mm Cupped Grasper (2),
Upbiter Curved Left Linear Scissors Punch (2), Upbiter Curved Left
Linear Scissors Punch (2), Straight Probe, Reusable Arthroscopic
15-Unit Sterilizer Tray (2), EP-1 Mini-Motor Drive Unit (1). Trade in
of Smith & Nephew PS3500 Shaver System (1 each) shall be accepted by
successful offeror. All trade in allowances shall be identified
separately from the proposed prices offered for all line items. System
shall include two copies of manufacturer's technical
literature,including operator's manuals, service/calibration manuals,
and illustrated parts breakdown documents. Incorporated provisions and
clauses are those in effect through FAC 97-10. Delivery required no
later than 60 days ADO by FOB Destination. Mark shipping containers and
outer packaging with the following identification: MCP/M8175M3. Ship to
Development Directorate 3rd MDG/SGC, Bldg. 806, Dock 15, Door 16, Ft.
Richardson, AK 99505-5500. Call (907) 552-8557 prior to making delivery
of equipment. The following provisions as contained in FAR are
applicable to the solicitation: FAR 52.212-1, 2, 3, 4, and 5,
52.219-22, and 52.219-23. For FAR 52.212-2, the evaluation criteria, in
descending order of importance are 1) Technical capability, 2) Past
performance, 3) Price. For technical capability the following criteria
must be addressed: a) one controller unit for standard and mini shaver
units; b) system shall have two interchangeable receptacles for the
motor drive units; c) rotational speed shall be capable of reaching at
least 8000 rpm; d) system shall include a "blade window lock"; e)
camera head shall include two buttons to control various functions of
camera and video accessories from the sterile field; f) camera shall
utilize three inch interline transfer micro-lens CCD imagers containing
768x494 pixels each. All factors must be addressed in narrative form in
the offeror's proposal. Preferred commercial warranty period should be
no less than two years from date of inspection and acceptance of the
equipment. Please note that as an offeror's overall rating becomes more
equal to those for competing offers, the importance of price will
increase. In making this comparison, the Government is more concerned
with obtaining a superior past performance history and technical
features than making an award at the lowest price. Again all trade in
allowances shall be identified separately from the proposed prices
offered for all line items. The Government reserves the right to make
an award to other than lowest priced offeroror to the offeror with
other than the highest past performance or technical rating if the
Contracting Officer determines that to do so would result in the best
value to the Government taking into consideration the factors and their
importance as listed above. For FAR 52.212-3, offerors do have to
complete (c)(4) and (c)(5). For FAR 52.212-5, offerors must comply with
all clauses except for 52.225-18, 19, 52.222-41 44, and 47. Offers are
due no later than March 26,1999 at 4:00 p.m. (CDT) at the following
location: VA National Acquisition Center, Office of the Executive
Director (90N), P.O. Box 76, Hines, IL 60141, Attn: M.E.
Haefner-Harris. Express mail address is VA National Acquisition Center,
Office of the Executive Director (90N), 1st Avenue and 1 Block North
22nd Street, Building 37, Maywood, IL 60141, Attn: M.E. Haefner-Harris.
Facsimile proposals and electronic proposals are acceptable and shall
be faxed to 708-786-5148 or mary.haefner-harris@med.va.gov. For
additional information regarding the solicitation, contact Ms. Mary E.
Haefner-Harris at 708-786-5210. See Note 22. Posted 03/16/99
(W-SN309317). (0075) Loren Data Corp. http://www.ld.com (SYN# 0313 19990318\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|