SOLICITATION NOTICE
65 -- COMBINE SYNOPSIS/SOLITICATION NOTICE
- Notice Date
- 9/20/2010
- 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-0274
- Response Due
- 9/22/2010
- Archive Date
- 11/21/2010
- Point of Contact
- Walter J Bischoff, 253-968-4016
- E-Mail Address
-
Western Regional Contracting Office
(walter.j.bischoff@us.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-0274 of Purchase Request W68MX302464782 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 (Sonosite) or Equal CLIN 0001, PART# L05323; HIGH-REOLUTION, ALL DIGITAL7.5 POUND (3.0KG) ULTRASOUND SYSTEM WITH 10.4 DIGITAL DISPLAY. BATTERY, AND ULTRASOUND GEL, USER GUIDES, U/I: EACH, QTY- 1 CLINS 0002, PART# P07272; COLOR OPTION GLACIER SKY. GLACIER SKY BLUE, U/I: EACH, QTY- 1 CLINS 0003, PART# P08525; ADVANCED OB/GYN CALCULATION PACKAGE FOR OBSTETRIC AND GYNECOLOGIC IMAGING APPLICATIONS, U/I: EACH, QTY-1 CLINS 0004, PART# P08298; CLIPS STORAGE. ON-BOARD ABILITY TO DIGITALLY STORE DYNAMIC INFORMATION FOR REVIEW, U/I: EACH, QTY-1 CLINS 0005, PART# P12813; COLOR APPLICATION SOFTWARE PACKAGE, U/I: EACH, QTY 1 CLINS 0006, PART# P12819; DICUM BUNDLE, (PRINTS, STORE/ WORKLIST, MPPS, SC), U/I: EACH, QTY 1 CLINS 0007, PART# P07690; TRANSDUCER BIOPSY, ICTx/8-5 MHz INTRACAVITY CURVED ARRAY BROADBAND 11MM TRANSDUCER FOR INTRACAVITY GYNECOLOGIC AND OBSTRETICAL EXAMS, U/I: EACH, QTY-1 CLINS 0008, PART# P07680; C60x/5-2 MHz MULTI-FREQUENCY BROADBAND, 60MM CURVED ARRAY TRANSDUCER FOR GENERAL PURPOSE ABDOMINAL OBSTRETIC, GYNECOLOGY, AND NERVE EXAMS, U/I: EACH, QTY- 1 CLINS 0009, PART# L12163; H-UNIVERSAL STAND, ERGONOMIC STAND AND MOBLE WORK PLATFORM, U/I: EACH, QTY 1 CLINS 0010, PART# P04764 TRIPLE TRANSDUCER CONNECT (TTC) W/QUICK DISCONNECT, U/I: EACH, QTY- 1 CLINS 0011, PART# P08144; ULSTRASOUND SERVICE MANUAL, U/I: EACH, QTY 2 CLINS 0012, PART# P07662; ULSTRASOUND USERS GUIDE, QTY 2 CLINS 0013, STANDARD 60-MONTH-STANDARD PROTECTION WARRANTY. A COMPREHENSIVE 5-YEAR WARRANTY IS INCLUDED WITH THE ULTRASOUND SYSTEM, COVERING FAILURE DUE TO MATERIAL AND WORKMANSHIP, EXCLUDES DAMAGES DUE TO MISHANDLING AND THEFT, U/I: EACH, QTY -1 Specification listed below: Must be compatible to interface with the PACS NETWORK. System weight 6.7lbs./3.04kg Dimensions: 11.9Lx10.8Wx3.1H / 30.2cm Lx27.4cm W x 7.9cm H Display 10.4 / 26.4cm diagonal LCD (NTSC or PAL) Architecture All-digital broadband Dynamic range Up to 165 dB Gray scale 256 shades HIPAA Compliance Comprehensive tool set Imaging Modes and Processing: Broadband, multifrequency imaging: 2D with Tissue Harmonic / M-Mode Velocity Color Doppler Color Power Doppler Image processing: ADAPT" Tissue Optimization HD" Imaging Technology Enhanced Needle Visualization (Sono Be Imaging ") Dual Imaging; Duplex Imaging, 2xpan/zoom capability, Dynamic range and gain Transducers: Broadband and multifrequency: Linear Array, Curved Array, Phased Array, Multiplane TEE and Micro-Convex Single Frequency: Cardiac Static Pencil User Interface and Programmable Controls: Soft keys to drive advanced features Programmable A and B Keys: each can be assigned by the user for increased ease of use Alphanumeric elastomeric QWERTY Keyboard 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 Application Specific Calculations: OB/Gyn/Fertility: Diameter/ellipse measurements, volume, ten follicle measurements, estimated fetal weight, established due date, gestational age, last menstrual period, growth charts, user-defined tables, multiple user-selectable authors, ratios, amniotic fluid index, patient report, humerus and tibia measurement and charts. Onboard Image and Clip Storage/Review: 8GB internal Flash memory storage capability Potential to store 30,000 images or 960 2-second clips Clip Store capability (maximum single clip length: 60 seconds) Clip Store capability via either number of heart cycles(using the ECG)or time base Maximum storage in ECG beats mode is 10 heart cycles. Maximum storage in time base mode is 60 seconds. Cine review up to 255 frame-by-frame images External Data Management and Wireless: DICOM Image Management (TCP/IP) Print and Store Modality Work List STORAGE COMMIT: Modality, Perform, Procedure Step PC WORKSTATION IMAGE MANAGEMENT (TCP/IP,USB) SiteLink" Image Manager allows transfer, archiving, viewing and printing of high resolution bitmap images / clips, and batch compression to JPEG on PCs Direct writing capability to USB 2.0 mass storage removable media (PC and MAC compatible) Supported export formats are: MPEG-4(H.264),JPEG,BMP,and HTML Training video compatible Remote Control Bluetooth wireless technology 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: Printers: Medical-grade black and white, or color External Storage devices: Medical-grade DVD, External Data Input devices: Barcode reader, ECG Module: 3-lead ECG works with standard ECG leads and electrodes, External analog ECG Input available. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, and 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 11:00 AM Local Pacific time, on 22 September 2010. Submit information via email to walter.j.bischoff@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: Walter J. Bischoff,@ Phone 253-968-4016, Fax 253-986-4091, Email: walter.j.bischoff@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-0274/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN02288491-W 20100922/100920234537-090ec2084fa4de8ce46ac667c2bbec95 (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 |