UConn Health Center Bid #5-2557 OBJECTIVES OF UCONN HEALTH CENTER: To purchase a new RAD System for the ACC which is currently under construction.
The vendor must respond to each item in the purchase requirements, stating acceptance or taking exception to the item. If a specification cannot be met, the vendor is required to provide alternatives or explanations, noted as exceptions to these specifications. Dept./Room ACC: Diagnostic Imaging S3280: Gen Rad
Mitchell ID # 506285
Qty
Product Description
1
IMAGING, RADIOGRAPHIC SYSTEM. DIGITAL
Standard System Radiographic Imaging System - Digital
Comments
System Price
Overhead Tube, Dual Detector DR System
System Price
Dual Detectors: 1-Fixed FD in Wallstand & 1 Wireless FD in Table
System Price
65 kw Generator
System Price
Motorized Ceiling Mount X-ray tube with Autopositioning; Synchronized SID tube tracking w/ handheld controller
System Price
14x17 wireless Flat Detector for table & cross-table use (describe panel construction/materials)
System Price
Motorized height adjustable, 8 way floating tabletop - 900 lb. Static.; 550Lbs w/float, Min.Capacity; Note minimum & maximum table height
System Price
Motorized, synchronized Tilting wall bucky; 17x17 Flat detector (describe panel construction/materials)
System Price
Operation: Touchscreen system set-up & Image preview display at tube head (if available on wall stand)
System Price
Operator setup and touchscreen display functions duplicated in control area
System Price
Color Flat Panel display for acquisiton workstation
System Price
Technologist Applications training: 5 full day on-site training, plus additional cost of advanced application training
System Price
Options Requested Accessories: Lateral Cassette Holder;
Price separate
Pediatric restraint (Qty. 1):Table top and Hanging Ped. supports for Wallstand
Price separate
Wallstand handgrips and support bar
Price separate
Removable Grids for Wallstand and Table
Price separate
FP Protector (for standing studies); Storage rack for Detector
Price separate
Auto-dose selection optimization
Price separate
Pre-set Protocols: Ortho; Pediatrics, Thoracic; Automated and personalized Protocols
Price separate
Image Processing: Tissue equalization; collimator edge detection; zoom; roam; annotate, etc. Dual Energy: Bone Suppression: Subtraction Acquisition and Display: If a third party solution (Riverain) is used, add additional interface for second DR system All Dose reduction features commercially available
Price separate
DICOM: Modality Worklist w/Auto Refresh; DICOM Storage; PPS; Print; Query Retrieve
Price separate
Digital bone stitching stand
Price separate
Localized UPS for workstation
Price separate
Price separate Price separate
VEDNDOR RESPONSE
18-Month Extended Warranty
Price separate
Applications Training
Price separate
Advanced Applications Training
Price separate
24 Hr. Remote Diagnostics
Price separate
Freight, rigging, and installation
Price separate Price separate
Project management services Bid Price:
Price separate
Standard Full Service Agreement Bid Price:
Price separate
Quote Shared Service Agreement, 5 year, Training for 2 BioMed FSE Annually Service Agreement Price, Annual: Add/Alt Options
OPTIONS: Autostitching (Auto Image Paste) Capability for Leg/Spine Display: Specify number of images that can be pasted.
Price separate
Volume Rad Acquisition: Multiple low energy sweeps at different levels.
Price separate Price separate
Flat Panel Detector Insurance: Per Panel/per year; Deductible
CONTRACT If you do not submit a signed UConn Health Center Contract or Purchase Agreement, you must submit a "red lined" version with your bid response to ensure a quick contracting process. NOTE: An editable version of the Contract or Purchase Agreement was submitted with the original RFP. If you have any questions please contact: Jessica Pitt, Procurement Manager Mitchell Planning Associates 630 Dundee Rd Suite 340, Northbrook, IL 60062 Phone: 847.412.0407; Fax: 847-412-0385; Email:
[email protected] Contact Information: Provide the contact information of the person responsible for reviewing and editing contractual documentation:
Contact person name & job title: Contact person address: Contact person telephone number: Contact person fax number: Contact person email address : FREIGHT: If you are proposing any freight costs, you must submit your freight quote and shipping details directly to Mike Palazzini at Megalogistics via email at
[email protected] for review/approval before you submit your final bid response.
ORGANIZATIONAL CAPABILITY & STRUCTURE: Responses in this section must describe the proposer's background and experience. The responses must also address the details regarding the proposer's size and resources relevant to this RFP. To submit a responsive proposal, proposers shall:
General Proposer Information - Provide detailed information on its company including, but not limited to, the following:
Company name: Company address: Number of staff: Year the company was established: Number of years in business: Name of contact person:
Telephone number of contact person: Fax number of contact person: Email address of contact person: Proposer Qualifications - Describe how its experience meets the requirements of this RFP. Summary of Relevant Experience - List the projects completed within the last three (3) years with emphasis on activities relevant and related to the requirements specified in this RFP.
Organizational Chart - Provide an organizational chart showing the hierarchical structure of functions and positions within its organization.
Audited Financial Statements - Provide audited financial statements or equivalent information for each of the last three appropriate fiscal years (statements must be prepared by an independent Certified Public Accountant and reviewed or audited in accordance with Generally Accepted Accounting Principles). If proposer has been in business less than three years, the proposer shall include any financial statements prepared by a Certified Public Accountant and reviewed and audited in accordance with Generally Accepted Accounting Principles for the entire existence of such firm or corporation.
PROPOSER'S REFERENCES: To submit a responsive proposal, proposers shall provide three specific references for the proposer. References must be able to comment on the proposer’s capability to perform the services specified in this RFP. The contact person must be an individual familiar with the proposer and its day-to-day performance. If the proposer has been a State contractor within the last three years, the proposer must include a State of Connecticut reference. Proposers are strongly encouraged to call or write their references to ensure the accuracy of their contact information and their willingness and capability to be references. References must include:
Ref #1.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #1.) Name, title and email addressof a contact person: Ref #1.) Brief description of the services provided to referenced customer: Ref #1.) Initial service date: Ref #2.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #2.) Name, title and email addressof a contact person:
Ref #2.) Brief description of the services provided to referenced customer: Ref #2.) Initial service date: Ref #3.) Organization’s name, address, telephone number, fax number, Web address (organizations must be of comparable size and complexity as UConn Health Center): Ref #3.) Name, title and email addressof a contact person: Ref #3.) Brief description of the services provided to referenced customer: Ref #3.) Initial service date:
STAFFING PLAN: The resultant procurement advisory firm must notify UCHC in advance and in writing of the departure of any key personnel assigned to this project. Responses to this section must describe the proposer’s staffing plan. To submit a responsive proposal, proposers shall: Identify the personnel resources that will be assigned to the project. State the proportion of time that personnel will allocate to the project. Provide a job description for each title assigned to the identified personnel. Provide resumes for assigned staff reflecting their qualifications and work experience in the area of Commercial Brokerage and Consultant Advisory Services.
CONTRACT TRANSITION: At the end of the Contract term resulting from this RFP, UCHC may publish another RFP for same services. The awarded supplier of this RFP agrees to provide a smooth and orderly transition to any new Services provider (Successor) to ensure minimal disruption and to avoid any decline in service to UCHC. Respondent must be available and cooperative in any transition at the Contract close-out.
The Contractor represents, for itself and any Contractor Parties, that they are fully experienced and properly qualified to provide the Goods and/or Services, and that they are, and will continue to be during the Term, properly licensed, equipped, organized and financed, at its/their own expense. If the Contractor has a completed “Service Organization Control Report” (formerly known as a SAS 70 report), a copy of that report must be submitted to UCHC upon contract execution and, during the Term, upon UCHC’s request. At UCHC’s request, the Contractor shall deliver copies of any current license(s) and registration(s) relevant to this Contract. In addition, Contractor: 1) shall be responsible for the entire performance under the Contract, regardless of whether the Contractor itself performs; 2) shall be the sole point of contact concerning the management of the Contract, including performance and payment issues; and 3) shall be solely and completely responsible for adherence by the Contractor Parties to all applicable provisions of the Contract.