Federal Bid

Last Updated on 04 Dec 2012 at 9 AM
Combined Synopsis/Solicitation
Tucson Arizona

65--TT Wireless Urodynamic

Solicitation ID VA258-12-Q-0008
Posted Date 29 May 2012 at 3 PM
Archive Date 04 Dec 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 257-Network Contract Office 17 (36c257)
Agency Department Of Veterans Affairs
Location Tucson Arizona United states 85723
AMENDMENT NOTICE: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.The solicitation number is VA258-12-Q-0008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500.00 employees.This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-06 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tucson, AZ 85723

The VHA NCO 18 - 258 - Contracting Office requires the following items, Exact Match Only, to the following:
LI 001, 1 PRO175 TT Wireless Urodynamic Processing Tower with Analog/ Digital circuitry Integrated Pump, PC Controlled, with an adjustable Range of 5-180 ml/min Includes Aquarius TT UDS Software (see below section) 1 TRI700 Aquarius TT Housing, V1.00 1 POW005 Medical Grade Power Cord 1 LIT080 LIT Cable 1 TRA875 Uroflow Transducer, Type B 1 MAN356 Manual, Software Installation Guide, Windows XP 1 MAN247 Laborie Getting Started Manual 1 MAN040 Aquarius TT Manual 1 MAN540 Manual, Practical Guide to Urodynamics 1 MAN552 Manual, Service, Aquarius TT 1 LIS250 I-List Snapshot, 1, EA;
LI 002, Line Isolation Transformer: 1 LIT030 LIT 120V Includes: 1 POW005 Medical Grade Power Cord 1 MAN253 LIT Manual, 1, EA;
LI 003, Laborie Air-Charged Interface: 1 CAB665 Air-Charged Dual Interface Cable for P1/P2 (12FT) 1 CAB666 Air-Charged Interface Cable P3 (12FT), 1, EA;
LI 004, Computer: 1 COM645 Aquarius TT Computer Processor Package Features: Intel Core 2 Duo 2.0 GHz CPU 4 GB RAM On Board Video, LAN, Audio, SATA 56K Modem Carbon Copy Software Serial: 4 USB 2.0 Port Windows XP Business Edition 2 x 500 GB Hard Drive Mobile Rack DVD +/- RW Wireless Bluetooth Communication Pkg (USB Version) Includes: 1 SOF109 Software Applications, Office Basic 2007, No CD Media 1 Hard Wired to Tower 1 COM551 Computer, Modem Cable, Null 1 CAB347 Cable, RS232 1 PER106 Mini Keyboard 1 PER186 Peripherals, Mouse Pad 1 COM642 Computer, Phone Cable 1 LIT080 LIT Cable 4 HAR010 Hardware, Velcro Strap, 1, EA;
LI 005, MONITOR: 1 LCT190 Monitor, Touch Screen Flat Panel LCD, 19? Wide Includes: 1 POW060 Power Cord (Compatible with LIT), 1, EA;
LI 006, SOFTWARE: Aquarius TT runs on a Windows XP Professional based OS Includes: Online Tutorials, Software Updates, and Technical Monitoring and Support 1 LAB035 Aquarius TT Software Features: FEA003 Address-O-Graph Format FEA265 Event Display Option FEA035 Adjustable Data Rate, 1-35 Pts FEA270 Export Data FEA040 Adjustable Display Curve Width FEA275 History and FEA045 Adjustable Printing Curve Width Diagnosis Window FEA050 Area Under Curve FEA305 LinPurr FEA065 Auto Compliance FEA335 Math 1 to Math 4 FEA095 Auto Infusion Event FEA395 Playback FEA125 Batch Printing FEA425 Pressure Transmission FEA140 Channel Value Marker Ratios FEA143 CHESS Nomogram FEA455 Setup/Modify Save FEA145 Click on Channel Scales Configurations FEA150 Click on Channel Titles FEA500 URA FEA155 Compliance Measurements FEA515 User-Defined, Channel FEA185 Cursor Font FEA195 Cursor Marker FEA545 User-Defined, Channel FEA215 Drag/Drop Channel Order Order FEA245 Drag/Drop Move Events FEA575 User-Defined, Curve FEA260 Edit (Mark Block/Paste) Color FEA365 Pediatric Nomogram FEA605 User-Defined, Curve FEA153 Color Control Panel Filling FEA673 Variable High Rate Samplish FEA635 User-Defined, Curve Mode III (up to 5000 Hz) Mirror No Video FEA650 User-Defined, Curve FEA665 User-Defined, Event List Overlay FEA695 View Horizontal FEA725 WF FEA693 VBN Basic for UDS 94 Includes: 1 COM397 Hasp key, 1, EA;
LI 007, VIDEO SUITE UPGRADE PACKAGES: 1 VID035 Video Interface Package for Video Cystoscopy, Ultrasound input, X-Ray, (standard NTSC, RS170 output) Features: Video grabber cable 25 FT coaxial video cable S-Video cable Digital PCI frame grabber package designed for Active Matrix Output for printing and digital storage or images with Associated UDS parameters Includes: 1 COM880 Computer, Video Cable, 25? 1 COM110 Computer, BNC Jack 1 COM891 Computer, Video Card, Matrox MeteorII, Multi Channel 1 CAB547 cable, Matrox Meteor II, Multi Channel 1 VID315 Video, Saturn Image Management, Burst Printing of both digital and/or curves w/associated UDS parameters, 1, EA;
LI 008, EMG: EMG, Variable High Rage Sampling Mode II (up to 5000 Hz) Includes: 1 FEA262 EMG 1 CAB155 EMG UDS94 Shielded Cable 1 ELE200 Electrode Lead Cables, FSR Shielded, 18? 1 CAB150 EMG Shorting Leads ? Shielded, 1, EA;
LI 009, REMOTE CONTROL: 1 REM850 Remote, Wireless Mouse, 1, EA;
LI 010, SOFTWARE: 1 SOF005 Report Fenerator Package for generating .PDF file Version of hard copy UDS report for emailing test Report (requires ADOBE reader for viewing) \ ADOBE Acrobat Writer License, UDS license included, 1, EA;
LI 011, UROFLOW STAND: 1 STA700 Uroflow Stand with 3-Castor Base Includes: 1 CHA876 Funnel, Long Neck 10 DIS173 Graduated Urine Beakers, 1, EA;
LI 012, PRINTER: 1 PRI120 Inkjet Color Printer 1200dpi B/W, HP Photoset II Color Includes: 1 CAB914 Cable, USB, 6 Ft 1 LIT080 LIT, Cable, 1, EA;
LI 013, CART: 1 CAR575 Cart, KT, Desktop 1 POW145 Medical Grade Power Bar 1 MAN141 KT Cart, On-Site Assembly Guide, 1, EA;
LI 014, URODYNAMICS PROCEDURE TABLE: STILLE SONESTA Manufacturer?s 1-year limited warranty provided by Stille **ALL Service and Technical Support/Warranty issues related to the Stille Chair shall be the sole responsibility of Stille** However; should Stille not provide service, the prime contractor is responsible. (May be eligible for IRS Tax code Section 44 and Sec 179.) 1 SON190 Urodynamic Fluoroscopy Procedure Table 6210 ? Features (User Manual Included): - Designed for performing VUDS and other fluoroscopic urological procedures in conjunction with a C-Arm. - Imaging performed in standing, seated, and supine position - Table adjusts easily with a hand control from: - Supine to 90 degree standing position - Seated to standing position - Supine to seated position - Longitudinal imaging area is 19 inches and completely radiolucent from head to toe. - Side-mounted, cantilevered design allows anterior/posterior, lateral, and oblique views and oblique views without obstruction. - Features the following accessories: Includes: SON065 Universal Urodynamic Funnel & Funnel Holder, 1, EA;
LI 015, IN-SERVICE/TRAINING PACKAGE: Customer Responsibilities: All patient care activities are the sole responsibility of the customer. This includes, but is not limited to, patient instruction, and insuring all institution protocols and safety guidelines are met. Customer will arrange for 1 or 2 patients to be available for patient testing during the In-Service. Staffing: In order to assure the successful education of the Customer staff, all staff members involved in the operation of the Urodynamics equipment shall make every attempt to be present during training and whenever possible to refrain from other duties. Contractor shall ensure completion of training. Supplies: The government is responsible for assuring there are enough supplies on hand to complete the patient tests scheduled during training. Contractor shall provide recommendations to the government. Additional Training: If the government requires additional training days at the time of installation, the contract sales executive shall be contacted as soon as possible. Cost shall be negotiated and a purchase order written prior to any subsequent visits. Manufacturer?s Responsibilities: The MFR shall install and provide in-service training on the MFR?s equipment purchased. Customization of the MFR equipment will be completed based on your specific needs. Complete User Manuals, verbal instruction and printed materials will be provided, along with contract information for on-going support and supply ordering. MFR personnel will be compliant with HPPA guidelines. UDS-Modem Service is Laborie Medical Technologies? established on-line answer to immediate customer requests relating to service/support, software inquiries and upgrades. This permits the user to share files with other satellite/voiding dysfunction clinics or research centers (requires ActiveSync Software and PC with Modem). Includes communications software for providing on-line support to your desktop PC automated software package and unlimited ?on-line? support. On-Line renewal Service Package shall available after the warranty period. To ensure continuation of service, the contractor shall ensure they provide a toll-free number to their customer service department for future coverage opportunities., 1, JB;
LI 016, IN-SERVICE KIT: Disposables-Air-Charged In-Service Kit: 10 CAT895 Single Sensor 7 Fr. Air-Charged Catheters 10 CAT875 Abdominal Sensor 7 Fr. Air-Charged Catheters 10 DIS173 Graduated Urine Beakers 10 TUB500 Pump Tubing with Infusion Line 10 ELE425 EMG Gel Patch Electrodes (pkg/3) 1 ELE200 Electrode Lead Wires (needs desc.) 1 DIS950 Velcro Leg Strap Also Includes: Laborie shall include one course tuition for Phoenix. STILLE Table, 1, EA;
LI 017, Warranty Package One year Two year Three year, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, VHA NCO 18 - 258 - Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 18 - 258 - Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer.

Bid Protests Not Available