SOLICITATION NOTICE
65 -- 65-Medical Equipment (Ultrasound)
- Notice Date
- 3/26/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
- ZIP Code
- 22217
- Solicitation Number
- N0001402M0081
- Response Due
- 4/9/2002
- Point of Contact
- Brian Bradley, Branch Head ONR Code 252, Phone 703-696-8373, - Brian Bradley, Branch Head ONR Code 252, Phone 703-696-8373,
- E-Mail Address
-
bradleb@onr.navy.mil, bradleb@onr.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00014-02-M-0081 is issued as an IFB. The Office of Naval Research seeks a single (1), portable medical ultrasound unit for use on shipboard. The image collection system must have all of the following features: 1) at least 128 channels of digital real-time high resolution imaging capability with real-time zoom; 2) application presets to optimize 2-D imaging, Directional Power Doppler, Spectral Doppler, 256 grayscale levels, M-mode imaging and B-mode imaging, with a frame rate of up to 100 frames per second; 3) a standard IEEE 1394 FireWire interface for a PC laptop computer; 4) offer a variety of transducers for multiple medical conditions; and 5) weigh no more than 11 ounces. The PC-based image processing system must be 1) upgradable via software, 2) designed with an open architecture that allows integration of other medical diagnostic devices; 3) be low powered for extended battery life; 4) use a rechargeable battery; and 5) have the option of running on AC power via a shielded medical grade power supply at 100 to 240 Volts and 50-60 Hz. Data output must employ all of the following options: 1) rewritable CDs; 2) CINE storage and playback; 3) print and VCR outputs; 4) DICOM/PACS compatible; 5) Ethernet/modem; 6) telemedicine ready; and 7) near-term compatibility with a shipboard medical information management system. The provision at FAR 52.212-1 Instruction to Offerors?Commercial applies to this acquisition. The provision at FAR 52.212-2 applies to this acquisition. Offers will be evaluated based on the following factors in descending order of importance: Technical, Price and Past Performance. Technical and past performance, when combined is 85%. No additional options are anticipated. Offerors will include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. The provision at FAR 52.212-4 Contract Terms and Conditions?Commercial Items applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. Delivery by 15 MAY 02 to Office of Naval Research, Ballston Tower One, 800 North Quincy Street, Arlington, Virginia 22217-5660. Delivery to Office of Naval Research, ATTN: Dr. Jeannine Madje-Catrell CODE 341, Ballston Tower One, 800 North Quincy Street, Arlington, Virginia 22217-5660. Bids/Questions should be directed to Andrew Cole, ONR 252, 703/696-3130, at the Office of Office of Naval Research, Ballston Tower One, 800 North Quincy Street, Arlington, Virginia 22217-5660. Bids will be accepted by electronic mail at colea@onr.navy.mil or by fax at 703/696-3365, ATTN: Andrew Cole.
- Record
- SN00048743-W 20020328/020326213340 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |