Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

65 -- Colposcope Camera System at Fort Peck Service Unit, Poplar, MT

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-10-048-KJN
 
Archive Date
7/29/2010
 
Point of Contact
Kenny Nicholson, Phone: 4062477063
 
E-Mail Address
kenneth.nicholsonjr@ihs.gov
(kenneth.nicholsonjr@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed price commercial item, contract in response to Request for Quotation (RFQ) 10-10-048-KJN. This solicitation is unrestricted. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The associated North American Industry Classification System code is 339112 and the small business size standard is 500 employees. PRICE SCHEDULE - COLPOSCOPE CAMERA SYSTEM PURCHASE, DELIVERY, INSTALLATION, AND TRAINING: Contract Line Item Number (CLIN) One: COLPOSCOPE CAMERA SYSTEM, INSTALLATION, TRAINING at 1 each $___________. CLIN Two: SHIPPING & HANDLING at 1 each $___________ Grand total: $___________. PURPOSE OF CONTRACT: The purpose of this contract is for the purchase, delivery, installation, and training of a Colposcope Camera System at the Fort Peck Service Unit, Poplar, Montana. STATEMENT OF WORK: Acquisition Purpose and Objectives: Premalignant disease of the cervix is a common condition that requires colposcopic evaluation and biopsy for diagnosis. This equipment will allow a gynecologist at a larger facility to observe, real time or after the fact, procedures performed by female Nurse Practitioners at remote sites on the reservation. This will accomplish both training and patient care objectives, by allowing the gynecologist to proctor the Nurse Practitioner through the 50 cases needed to acquire basic certification, and the next 50 cases on HSIL patients to become certified for doing all types of colposcopy. Project Background: It is essential that providers have the equipment available to use that will provide the highest level of support. Fort Peck & Fort Belknap have had a gynecologist travelling to provide this care for 15 years, but will be losing this service in the next year. This provider is willing to assist in the implementation of this service, which is critical to maintaining the Native American female population's current status of lowest Cervical Cancer rate amongst all ethnic groups, per Montana Department of Health and Human Services. Project Description: 1) Leisegang Optik Model 2 1.0" CCD Balance-O-Matic Colposcope with Canon 500D Rebel T1i Camera Kit or equivalent, 2) High quality German optics with hand-polished and anti-glare coating for optimal three-dimensional Visual Clarity, 3) Three step magnification (3.75x, 7.5x, 15x), 4) Stereoscopic optics, 5) 300mm Working Distance, 6) Fine focus and vertical height adjustment, 7) LED light-24,000 Lux, 20,000 hours or 20 years, 8) 1.0" CCD optimized, 9) Heavy Weight Rolling Balance-O-Matic Base, 10) T2 adapter/tubus, 11) Video capture and live video preview, 12) Canon 500D Rebel T1i Camera Kit with 15.1 MP Camera, 13) Battery, 14) A/C Adapter, 15) Wired remote, 16) 4GB SD Memory Card, and 17) Both high speed USB and S-cable. Training Expectation: The vendor must provide onsite training for the local service unit staff at the Fort Peck Service Unit during the initial install and at least 2 other sessions if requested. The vendor must be willing to provide 2 on-site trainings for the supervising OB/GYN office in Great Falls, Montana. The vendor will provide a toll free number for telephone support for 1 year after purchase. Installation: Vendor must travel to the Fort Peck Service Unit and provide on-site installation. Equipment to be installed 60 days from date of award. Warranty: Equipment shall come with a one year manufacturers warranty. Should the unit not operate and if repairs will require more than 30 days, the vendor will provide a unit at no cost until the unit is repaired. Service: Vendor shall provide remote telephone and/or internet service for the 1 year warranty period. PERIOD OF PERFORMANCE: Date of Award, through September 30, 2010. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Performance Work Statement; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a copy to the Project Officer at the Fort Peck Service Unit, PHS Indian Health Center, 107 H Street East, Poplar, Montana 59255. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including itemized interpretations worked; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, including price and other price related factors (past performance; and delivery and installation time frames). The Indian Health Service shall award a contract to the contract that can provide the equipment and services that represents the best value to the Government. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.229-3, 52.232-18, 52.237-2, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.227-70, 352.231-71, 352.242-71, 352.242-72, 352.270-2, and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/far/index.html and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 or completed the annual representations and certifications electronically at http://orca.bpn.gov with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59107, no later than 2:00 p.m., on July 14, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Kenneth.nicholsonJR@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-048-KJN/listing.html)
 
Place of Performance
Address: Fort Peck Service Unit, 107 H Street East, Poplar, Montana, 59255, United States
Zip Code: 59255
 
Record
SN02198236-W 20100709/100707234952-c2bd0681e39f235c8be14f1b5df27e92 (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.