Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

65 -- COMPUTED DENTAL RADIOLOGY (CDR) AND PICTURE ARCHIVING AND COMMUNICATION SYSTEM (PACS) SOL N62645-99-R-0035 DUE 091099 POC Point of Contact -- Claudia Addison, Contract Specialist, (301) 619-7467 E-MAIL: click here to contact contract specialist via email, caddison@nml10.med.navy.mil. The Navy has a requirement for one (1) Computed Dental Radiography and Picture Archiving and Communications System (CDR-PACS) for total integration of acquisition, review, and storage in dental radiology. In addition to other functions, this system shall consist of (a) three CDR sensors (11 Qty of Size #2, 7 Qty of Size #1, and 1 Qty of Size #0), (b) computer workstation, (c) picture archive and communication system. The CDR sensors shall come in three sizes corresponding to the three standard film sizes: (a) size 2: periapical and bitewing, 43mm x 30mm outer dimension, less than 5mm thickness, 921 mm2 effective area, (b) size 1: periapical and pedo bitewing, 37mm X 24mm outer dimension, less than 5 mm thickness, 600 mm2 effective area, (c) size 0: pediatric periapical, 31mm X 22mm outer dimension, less than 5 mm thickness, 432 mm2 effective area. The standard patient information shall be input via the workstation. The CDR-PACS shall allow the user to choose one of the pre-selected series or create a custom radiographic format mount. Pre-selected series shall include: Full Mouth Series (21 or 18), Checkup (7), Bitewings (4), Endo Grid Horizontal (15) and Endo Grid Vertical (12). After image acquisition, radiographs shall be selected and the user shall have the ability to begin using CDR's image processing tools on a full-sized radiograph in its own window. The workstation shall have: (a) Zoom mode, (b) Brightness and Contrast controls, (c) Equalization Mode (d) Colorization Mode (e) Positive/Negative Mode, (f) Notations and Text Messages, (g) Measurement Mode, (h) Multiple Line Segment Measurement (i) Flashlight Mode, (j) Quick Zoom, and (g) the ability to apply several modes at once to bring forth and highlight pathologies that would not be visible on film. The workstation shall have the software to create and customize reports, exchange X-ray and video images electronically using e-mail, and store and retrieve video images from an intra-oral camera. Software shall have (a) automatic correct image orientation, (b) ability to image multiple molars, (c) instant development time for full mouth series (18), (d) Interface with network, (e) multiple file formats and compression ratios available for data, (f) support multiple printers. Image quality shall be a resolution of 11 lp/mm or better. Signal to noise ratio shall be 120:1 or better. Dynamic Range shall be 4096:1 or better. Dosage reduction compared with D-speed film shall be 80% or better. Sensor life shall be 400,000 doses or better. The system shall be IBM compatible and have the ability to run on a computer with the following minimum characteristics: (a) Shall have a processor equal to or faster than Pentium III microprocessor, (b) Shall have 64 MB of RAM and 1GB of free hard disk space (c) Video display with at least 800 X 600 X 256 colors (1MB Video RAM), and (d) Shall have Windows 98. The Picture Archiving and Communications System shall have: (a) A Pentium III 450MHz/512K cache (minimum) processor, (b) A second processor that matches primary processor speed, (c) 128 MB RAM (minimum), (d) Primary Hard Drive: 18GB Ultra-2/LVD SCSI 7200 RPM Hard Drive (All drives must match for RAID), (e) Primary Controller: PERC 2 RAID Controller, quad channel, 64 MB cache, (f) Diskette Drive: 1.44MB, (g) Windows NT operating system, (h) Keyboard and mouse, (i) Network Controller: Intel Pro 100+ Ethernet NIC with adaptive load balancing and adapter fault tolerance, (j) CD ROM: 17/40X SCSI, (k) Secondary Hard Drive: 18GB Ultra-2/LVD SCSI 7200 RPM Hard Drive, (l) Hard Drive Configuration: RAID 5 Hard Drive, (m) Hard Drive Backplane: 1 X 8 Hot Pluggable Backplane, (n) Tertiary Hard Drive: 18GB Ultra-2/LVD SCSI 7200 RPM Hard Drive. The system must be Y2K compliant. The system should include a quantity of 25 CDR PC Boards (PCI-PHX-NT 4.0). The system should also include five site software license(s) and training for NDC and BDC personnel. The system should also include 3 years on-site service. This system must be shipped to the Naval Dental Center, 1253 Makalapa Gate Road, ATTN: LT Thomas Connor, Pearl Harbor, HI, 96860-5030 and installed on site. Delivery must be within 30 days of the award. The Navy intends to negotiate with Schick Technologies, Inc. as the only source on an other than full and open competition. See Note 22. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation document; proposals are being requested, and a written solicitation will not be issued. Responses must contain sufficient documentation to establish a bonafide capability to fulfill the requirements. The request for quotation number is N62645-99-R-0035. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Schick Technologies Inc, 31-100 47th Avenue, Long Island, NY 11101 shall satisfy this requirement by providing the following: One (1) ComputedDental Radiography and Picture Archiving and Communications System (CDR-PACS) as described in detail above. FOB is destination. The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553, 52.221-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O.11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38U.S.C.), 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (32 U.S.C. 3332) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.206-7000, Domestic Source Restriction; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items, offers shall be evaluated for fair and reasonable price and technical acceptability; Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors shall include a completed copy of the provision 252.212-7000, Offeror Representations and Certifications-Commercial items, with their offer. Addenda of this provision includes 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. All responsible sources may submit a proposal which shall be considered by the Navy. Proposals are due by 10 Sep 99 at Naval Medical Logistics Command (Attn: Ms. C. Addison), 521 Fraim Street, Fort Detrick MD 21702-5015; fax (301) 619-2925. Buyer: Ms. Claudia Addison (301) 619-7467. Posted 08/31/99 (W-SN374573). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0295 19990902\65-0008.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page