Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

65 -- Ultrasound Transducer

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-10-T-0252
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@amedd.army.mil)
 
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 IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation W91YU0-10-T-0252 of Purchase Request W68MX3 02464800 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Size Standard for small business is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED These items/supplies are for use at the Madigan Army Medical Center, Tacoma, WA 98431. All responsible Contractors shall provide an offer for the following. Brand Name or Equal CLIN 0001 PART# L07527, SONOSITE S-WOMEN'S HEALTH HIGH-RESOLUTION, ALL-DIGITAL, 8.35 POUND (3.79 KG) ULTRASOUND SYSYTEM WITH 10. DIGITAL DISPLAY, QTY 1 CLINS 0002, PART# P13614; M-MODE ENABLES A QUANTITATIVE ASSESSMENT OF MOTION USED IN CARDIAC ASSESSMENT, QTY 1 CLINS 0003, PART# P07680; C60X / 5-2 MHZ TRANSDUCER BIOPSY, QTY-1 CLINS 0004, PART# P07690; ICTX / 8-5 INTRACAVITY ARRAY BROADBAND 11MM TRANDUCER, QTY-1 CLINS 0005, PART# L09900 - S-SERIES V-UNIVERSAL STAND. ERGONOMIC STAND SECURE SONOSITE S SERIES SYSTEM, QTY 1 CLINS 0006, PART# P06293; SONY UP 897 MD BLACK & WHITE VIDEO PRINTER. MEDICAL GRADE MONOCHROME VIDDEO PRINTER WITH INTERFACE CABLE. WORLDWIDE POWER (100V-240V, 50/60HZ) AND VIDEO (NTSC/PAL), QTY 1 CLINS 0007, PART# P08084; DELUXE PACKAGE, QTY 1 CLINS 0008, PART# P08066; KEYBOARD- PLAPON2X, QTY 1 CLINS 0009, WARRANTY QTY 1 CLINS 0010, FREIGHT CHARGES, QTY 1 Specification listed below: Must be compatible the Series Women's Health Ultrasound System. The transducers must be inter-changeable with the M-Turbo model. System weight 8.5 lbs. /3.8 kg Dimensions 15.1 H x 11.6 W x 6.1 D/38.4 cm H x 29.5 cm W x 15.5 cm D Display 10.4/26.4 cm diagonal LCD (NTSC or PAL) Architecture All-digital broadband Dynamic range Up to 165 dB Gray scale 256 shades Imaging Modes and Processing: Broadband, multifrequency imaging: 2D with Tissue Harmonic Imaging Color Doppler Color Power Doppler Image processing: SonoADAPT" Tissue Optimization SonoHD" Imaging Technology SonoMB Multi-beam Technology Auto Gain automatic image optimization Mounting Options: Video Electronics Standards Association (VESA) Mounting: (2.9 x 2.9/75mm x 75mm) and (3.9 x 3.9/100mm x 100mm) Optional S Series Stand: Hydraulic height adjustment, shelf for printer or DVD, transducer holder, locking wheels, power supply Deluxe package Storage basket with 2 basket hooks, keyboard tray with 4 integrated transducer cups Transducers: Broadband and multifrequency: Linear Array, Curved Array, Phased Array and Micro-Convex User Interface and Programmable Controls: Track pad with select key for easy operation and navigation Image acquisition keys: review, report, Clip Store, DVD, save Dedicated AutoGain and exam keys to allow quick activation Onboard Image and Clip Storage/Review: 4GB internal Flash memory storage capability Potential to store 25,000 images or 430 2-second clips Clip Store capability (maximum single clip length: 60 seconds) Cine review up to 255 frame-by-frame images External Data Management and Wireless: 3 USB 2.0 ports, Ethernet port, RS-232 Digital Video Interface (DVI), S-Video (in/out) and composite video out DICOM Image Management (TCP/IP) Print and Store Modality Work List (optional) SiteLink" Image Manager Functionality SonoSite Education Key" training video compatible SonoRoam" Technology with 802.11 b/g wireless USB adapter SonoRemote" Control Bluetooth wireless technology Measurement Tools, Pictograms and Annotations: User-selectable text and pictograms User-defined, application-specific annotations Biopsy guidelines USB Storage Formats: MPEG-4 (H.264), JPEG, BMP and HTML compatible with Mac and PC formats Power Supply: System operates via battery or AC power Rechargeable lithium-ion battery AC: universal power adapter, 100-240 VAC, 50/60 Hz input, 15 VDC output Supported Peripheral Devices: B&W video printer DVD recorder USB keyboard USB bar code reader Delivery shall be FOB Destination. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, lowest price. The evaluated price will be the total price of the quote, to include all equipment, and 60 months standard protection warranty. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Rerepresentation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offeror submissions will be required No Later than 10:00 AM Local Pacific time, on 14 September 2010. Submit information via email to angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL. Place of Delivery: Madigan Army Medical Center 9902 Lincoln Str Mamc Annex Tacoma, WA 98431 Contact: Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0252/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02278947-W 20100915/100913235055-2a29b7eea7e34a34e5629b18c94ae68c (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.