Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

65 -- LASER ARGON OPHTAHALMIC

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ08T0127
 
Response Due
9/12/2008
 
Archive Date
11/11/2008
 
Point of Contact
donna.blossom, (910) 907-6851<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. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued This is solicitation number W91YTZ-08-T-0127 and is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 3851 and the NAICS code of 333314. The North Atlantic Regional Contracting office, Womack Army Medical Center, Fort Bragg, NC intends to solicit, negotiate, and award a contract using other than full and open competition procedures for the following: The following are the salient characteristic that must be met in order to consider the offer. 1.Line item One: (Quantity one) : VISULAS YAG 111 COMBI LASER Therapy System. Laser shall have capability of alternating between the argon and the YAG Laser applications with a single unit. 2.PN ECN # OAO238 - ECN # OAO239 3.Technical Data:Visulas 532s Photocoagulation Laser - Laser Wavelength 532 nm (Solid State Laser) 4. Laser Power 1.5 W at cornea 5.Aiming Beam Diode, 636 nm, max 1 mW 6.Pulse Duration 10 2500 ms (cw) 7.Pulse Interval 100 6000 ms 8.Laser Spot Size 50 1000 pm, continuously adjustable, parfocal 9.Power requirements 100 240 v, 50/60 Hz, max, 400 W 10.Dimensions (h x w x d) 151 x 289 x 400 mm / 5.9 x 11.4 x 15.7 inches 11.Technical Data: Visulas YAG 111 Photodisruption Laser: Laser Wavelength 1064-nm 12.Mode Super Gaussian 13.Optical Breakdsown Typically 2.5 mj in air 14.Max. Laser energy Single Pulse; typ. 10 mj; Double Pulse: typ 23 mj; Triple pulse; typ 35 mj 15.Aiming Beam Diode Approx 670 nm, 4 spot aiming beam 16.Focus Shift Variable: + 150 pm; 0: - 150 pm 17.Pulse repetition rate Max 2.5 Hz 18.Focus Diameter 10 pm in air 19.Power Requirements 100 240 V, plus or minus 10%, 50-60 Hz max. 1.4 0.7 A, short-time max. 2.2 A (Less than one sec) 20.Dimensions (h x w x d) 135 x 210 x 330 mm / 5.3 x 8.3 x 13 inches 21.YAG 111 units must have following: Fully integrated, Integrates photo-coagulation with photo-disruption; Seamless integration was objective; Both systems used as independent units at any given time for maximum versatility 22.Premium Photo-Disruption (YAG 111): Super-Gaussian beam profile ensures breakdown is achieved with low pulse energies resulting in few side effects for patient and less risk. 23.Premium Photo-coagulation (532s) Features: Electronic micro-manipulator for coaxial illumination and laser guidance. The high-visibility touch-screen control panel provides intuitive navigation and preset definitions. 24.MFG ZEISS 25.Line Item Two: (Quantity one): HT HUMPHREY DOUBLE POWER INSTRUMENT TABLE 26.Line Item Three: Provide two operator and two service manuals; installation; and training on equipment 27.Delivered to Womack Army Medical Center 60 days after receipt of order. 28.Freight charges - on separate line item (FOB destination) Delivery to Government at destination specified in contract. 29.Warranty one year on all parts except Lasers will have two years. 30.FOB Destination 31.Provide your Companies Dun and Bradstreet number (DUNS); your cage code; and your tax ID number along with your quote. Responses are to be emailed to Donna Blossom at donna.blossom@us.army.mil no later than 1:00 pm 12 September 2008. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1)FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items. (2) FAR 52.222-50 Combating Trafficking in Persons (3)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and Technical Factors considered. The following factors shall be used to evaluate Offers. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. Technical: A technical proposal that fails to demonstrate it can meet one or more requirements of the above Salient Characteristics will be determined unacceptable. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4)FAR 52.204-7, Central Contractor Registration (5)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (6)FAR 52.212-4, Contract Terms and Conditions and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2008). (7)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (8)FAR 52.217-8, Option to Extend Services (9)FAR 52.219-28, Post-Award Small Business Program Representation (10)FAR 52.222-21, Prohibition of Segregated Facilities (11)FAR 52.222-26, Equal Employment (12)FAR 52.222-35, Equal Opportunity for Special Disabled Veterans (13)FAR 52.222-36, Affirmative Action for Workers with Disabilities (14)FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. (15)FAR 52.225-3, Buy American Act North American Free Trade Agreement (16)FAR 52.232-18, Availability of Funds (17)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (18)FAR 52.228-5, Insurance-Work on a Government Installation (19)DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate (20)DFAR 252.212-7001, Contract Terms (21)DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (22)DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (23)DFAR 252.204-7004, Required CCR
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1c8801b779295bec38d4fb1b5cdaa276&tab=core&_cview=1)
 
Place of Performance
Address: Womack Army Medical Center 4-2817 Reilly Road Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01661633-W 20080907/080905223216-1c8801b779295bec38d4fb1b5cdaa276 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.