SOLICITATION NOTICE
65 -- UltraSound System
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Okinawa, U. S. Naval Hospital Okinawa, Material Mgmt Dept, PSC 482, Box 248, FPO, 96362
- ZIP Code
- 96362
- Solicitation Number
- N68470-09-T-DMSR
- Archive Date
- 9/29/2009
- Point of Contact
- Marcus S. Jones, Phone: 3156437774
- E-Mail Address
-
Marcus.Jones2@med.navy.mil
(Marcus.Jones2@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined solictation/synopsis is for commercial items: The Salient Characteristics that an or equal product must meet to be considered: Micromaxx high resolution, all digital 8-pound ultrasound system with 10.4 inch Digital display. Standard features include display module, 2D grayscale with SonoMB compound imaging and Auto Gainon selected transducers, M-mode, HIPPA compliance tool set, comprehensive, application-specific calculation packages, pc direct connectivity capability(w/SiteLink & USB Cable ordered separately). Also include batter, ultrasound gel and user guides. Line Item 0001: Ultrasound System MicroMaxx 3.4.5 Qty: 1 Line Item 0002: Critical Care/ICU (DICOM) PackageQty: 1 Line Item 0003: 13-6 MHZ TransducerQty: 1 Line Item 0004: 5-1 MHZ TransducerQty: 1 Line Item 0005: Mobile Docking System (MDS) LiteQty: 1 Line Item 0006: Battery – Titan / MicroMaxx / M-TurboQty: 1 Line Item 0007: Triple Transducer Connect (TTC) w/Quick DisconnectQty: 1 Line Item 0008: SonoSite MicroMaxx System User Guide, English 3.3Qty: 1 Line Item 0009: MicroMaxx Service ManualQty: 2 Line Item 0010: Standard 60 Months Warranty (MicroMaxx)Qty: 1 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; Quotes are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industry Classification System (NAICS) Code is 334510. The US Naval Hospital intends to award an firm fixed-price award for following medical item. The evaluation factors used to evaluate offers are technical capability of the item offered to meet the Government requirement, price and delivery. Delivery and acceptance point shall be DDJC Warehouse 30 CCP 25600 S. Chrisman Road Tracy, CA 95304. Contractor will be required to deliver by Oct 17, 2009 and call the government POC prior to expected delivery schedule for required item. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (2) 52.212-2 [Evaluations] Evaluation process: All proposals will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 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]; 52.222-50 Combating Trafficking in Persons and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions required to implement statues or Executive orders applicable to defense acquisitions of commercial items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.212-7010 [Levies on Contract Payments];(9) 52.211-6 [Brand name or equal]-Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product. All responsible sources must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items with its offer. All quotes need to be submitted NLT 14 September 09 4:00 p.m. JST (Japan Standard Time). The anticipated award date is 16 September 2009. Responses shall be submitted via e-mail in Word, Excel, or PDF format to the POC, Marcus S Jones, at Marcus.Jones2@med.navy.mil or faxed to 011-81-98-892-4974. Telephone inquiries or requests will not be accepted. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68470/N68470-09-T-DMSR/listing.html)
- Place of Performance
- Address: PSC 482 Box 248, FPO, Non-U.S., 96362, United States
- Zip Code: 96362
- Zip Code: 96362
- Record
- SN01938890-W 20090904/090903002424-7da93f35f98d6f89c248705f9e7daafd (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 |