SOLICITATION NOTICE
65 -- Ultrasound Imaging System needed for Brooke Army Medical Center, Ft Sam Houston, TX
- Notice Date
- 8/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81NTE8225851
- Response Due
- 9/4/2008
- Archive Date
- 11/3/2008
- Point of Contact
- Steve Sheridan, 210-221-5365<br />
- Small Business Set-Aside
- N/A
- 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. RFQ W81NTE82258501 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is set unrestricted under NAICS code 334510 and the small business size standard is 500 employees. FAR provisions and clauses in this solicitation may be viewed at http://www.arnet.gov/far/. DFARS clauses may be viewed at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The requirement of this solicitation is for an Ultrasound Imaging System: Item no. 0001: Ultrasound Imaging System; 1 each Item no. 0002: Software End User Agreement; 1 each Item no. 0003: Software Support Agreement; 1 each Item no. 0004: Shipping; 1 each Vendors offering other than the brand name product shall meet or exceed the following Salient characteristics; Has digital phased array technology with true plug and play imaging, no Non-Uniform Rotational Distortion (NURD), no required flushing of the transducer lumen, and no rotating drive cables. Permits imaging up to 60mm for aortic imaging with proprietary catheter. Has color Doppler technology to highlight longitudinal blood flow by painting moving blood in the lumen an orange color. Can measure the returned radio-frequency signal to classify plaque into four primary tissue components of fibrous, fibro-fatty, dense calcium, and necrotic core. Incorporates real time automatic borders and targeting to assist with faster image interpretation. Has DICOM and Worklist functionality. Works with the Pioneer catheters for imaging. Vendors shall comply with FAR clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/. Shipping shall be FOB destination to Darnall Army Medical Center, 360000 Darnall Loop, Ft Hood, Texas 76544-4752. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their proposal. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible quoter with satisfactory past performance whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). The following factors shall be used to evaluate quotess: Technical acceptability and price. 1. Technical acceptability: If providing an equal product(s)/equipment, comply with FAR provision 52.211-6, Brand Name or Equal. Explain how your company will meet the characteristics of the contract line item numbers (CLINs) as specified in the solicitation. 2. Price 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 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] with these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government], 52.219-6 [Notice of Small Business Set-Aside], 52.219-8 [Utilization of Small Business Concerns], 52.222-3 [Convict Labor], 52.222-19 [Child Labor Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration], 52.237-1 [Site Visit], 52-237-2 [Protection of Government Buildings, Equipment, and Vegetation]; DFARS 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities], 252.225-7001 [Buy American Act and Balance of Payments Program], 252.225-7012 [Preference for Certain Domestic Commodities], 252.232-7003 [Electronic Submission of Payment Requests], 252.243.7002 [Requests for Equitable Adjustment], 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea]. DFARS 252.211-7003 [Item Identification and Evaluation] applies to this solicitation. The closing date and time of this solicitation is 4 Sep 2008, 2:00 P.M.CST. Submit proposals on company letterhead signed by an authorized company representative by the closing date and time. Fax (or email) quotes to Great Plains Regional Contracting Office (210) 221-3141 or email Steve Sheridan. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Steve Sheridan, phone (210) 221-5365; e-mail steve.sheridan@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f70f5d8399dcb94a18b30859c6da85cd&tab=core&_cview=1)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01655858-W 20080831/080829222124-f70f5d8399dcb94a18b30859c6da85cd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |