The RFP Database
New business relationships start here

TIMS 2000 SP SYSTEM


Alabama, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation: VA247-16-Q-0875 TIMMS 2000 SP SYSTEM
Notice Type: Combined Synopsis/Solicitation
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA-247-16-Q-0875 and is issued as a request for quotation (RFQ) COMBINED SYNOPSIS/SOLICITATION.
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR)

(iv) This solicitation is issued as a total SMALL BUSINESS set-aside. The North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing Manufacturing and the size standard is 1000. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.
This requirement consists of the following items brand name or equal:
MFR: PCI Medical
Item    Part Number    Description    Qty    Unit
1    061000-EZP-TI    TIMS 2000 SP - EZ PIC ITEMS INCLUDED: TIMS 2000 SP SYSTEM W/ SYNCHRONIZED AUDIO, KEYBOARD & MOUSE, AND MODALITY CONNECTION    3    EA
2        ONSIGHT TRAINING AND INSTALLATION    1    JB

3        1ST YEAR SUPPORT AND MAINTENANCE    1    YR

STATEMENT OF WORK                         
A. GENERAL GUIDANCE

1. Title of Project: Purchase of the TIMS 2000 SP system (transaction # 521-16-3-237-0158) will provide speech pathology the ability to record the entire MBS examination and make it easy for immediate review. It will provide a high resolution for superior image quality. This is a very cost effective system and is inexpensive allowing for affordability.

2. Scope of Work: Contractor will complete any installation needed for the equipment using their own tools and labor, and remove all trash from premises. In addition, Contractor will provide onsite training on the equipment to designated medical center personnel.


3. Background: NA

4. Performance Period: This item is needed ASAP in order for the Birmingham VAMC Radiology/Speech Pathology sections to assure that there will be a way to record all MBS examinations. It was discovered that this system was designed specifically for the requirements of speech pathology to record MBS examinations. Additionally it has high resolution and will provide superior image quality.

5. Type of Contract: Firm-fixed-price.

C. GENERAL REQUIREMENTS

Please see scope of work above.

FEATURES

This TIMS 2000 SP System will enable the speech pathologists at the Birmingham VAMC to have the capability of recording all the MBS examinations at a very high resolution which will provide superior image quality. Additionally it will enable the speech pathologists the ability to have studies to refer back to when patients returns for future studies. The TIMS 2000 SP system is very cost effective and was designed specifically for speech pathology.

F. SCHEDULE FOR DELIVERABLES
Delivery will be as Follows:

Birmingham VAMC-Radiology Department
Attn: Gary D. Coley or Karen Manning Room 2108
700 South 19th Street
Birmingham, AL 35233
Gary 205-933-8101 ext.5615, Karen ext.5475

J. GOVERNMENT RESPONSIBILITIES

No Government-furnished equipment will be provided.
M.     CONTRACTOR PERSONNEL SECURITY REQUIREMENTS

N/A
OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form including shipping. Include any requisite supporting documentation identified in this solicitation with your offer.
*Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features.

Offer must be good for 30 days after close of solicitation
Delivery: 30 Days ARO
Shipping: FOB Destination

Shipping Address:
Department of Veterans Affairs
700 SOUTH 19TH STREET
BIRMINNGHAM, AL 35233

(vi) 52.212-1     Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources
(vii) 52.212-2    Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. VAAR 852.211-73 Brand Name or Equal is also incorporated into this solicitation. At minimum, the offered item must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected.
The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable offer that is fair and reasonable and conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.
To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:
1.    Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted/offered items.
2.    If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature.
3.    If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items.
4.    Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov
(viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE. A copy of the provision may be attained from https:// www.sam.gov. If not provided, the offer may not be considered for award.
(ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission.
(x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44
(xi) n/a.
(xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition.
(xiii) n/a.
(xiv) n/a.
(xv) Site Visit: n/a.
(xvi) QUOTES/OFFERS ARE DUE August 2, 2016 at 3PM CST. Only electronic offers will be accepted. Submit quotation to - Lynette Lane, NCO 7 Contract Specialist e-mail Lynette.Lane2@va.gov. All offers must include the solicitation number "VA-247-16-Q-0875" in the subject line of the email. Quotes/offers received after this date and time may not be considered for award.
(xvii) Contact information
Contracting Office Address:
Network Contracting Office 7-SAO EAST
Department of Veterans Affairs
700 SOUTH 19TH STREET
BIRMINGHAM, AL 35233

Primary Point of Contact:
LYNETTE LANE, NCO 7 Contract Specialist
Lynette.Lane2@va.gov

LYNETTE.LANE2@VA.GOV

Lynette.Lane2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP