Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

65 -- RADIOFREQUENCY GENERATOR

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV10T0251
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Brigitte Huffin, 706-787-7722
 
E-Mail Address
Southeast Regional Contracting Office
(Brigitte.Rollins.Huffin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. COMBINED SYNOPSIS/SOLICITATION Radio Frequency Generator for Ft Campbell, KY Solicitation Number: W91YTV-10-T-0251 Posted Date: 09/3/2010 Response Date: 09/14/2010 Set Aside: 100% Small Business Contracting Office Address: Description: The solicitation number is W91YTV-10-T-0251. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System (NAICS) Code for this procurement is: 339112. Small Business Size Standard is 500 employees. This requirement is 100% small business set aside. The U.S. Army MEDDAC, Blanchfield Army Community Hospital, Fort Campbell, Kentucky has a requirement for the following: CLIN 0001: NT1100 Radiofrequency Generator with Starter Pack, NSN 651501C369965. Patented Multi-Electrode function allows use up to 3 electrodes simultaneously with the same patient, pulsed dose RF mode; perform SIJ RF using the innovative Simplicity III tripolar device, combination of touch screen interface and hardware controls, and software platform for electrode configurations during multi-electrode use. Generator should include power cord and USB Memory Stick. The USB Memory Stick must be dual purpose for downloading new software and uploading patient data. 2 copies each of the NT1100 Operator Manual and NT 1100 Service Manual. 2 Year Extended Warranty. Starter pack should include: 3 each RF Electrodes (1 RFE-5, 1 RFE-10, and 1 RFE-15); 1 Box of 25 NeuroTherm Grounding Pads (Item RFDGP-S-25); 1 each, AC-SI Adaptor Cable for Simplicity; and two volume Textbook Radiofrequency Part 1 and Part 2 by Professor M.E. Sluijter. Unit price: _____________________________ Total Amount: __________________ CLIN 0002: RFE-5, 5cm thermocouple electrode, 2 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0003: RFE-10, 10cm thermocouple electrode, 5 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0004: RFE-15, 15cm thermocouple electrode, 2 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0005: AC-SI Adapter cable for Simplicity, 1 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0006: STER-T-HQ Autoclave tray, 12 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0007: C-505-25 Needles, 22g, 5cm length, 5cm curved active tip, box of 25, 3 each. Unit price: _____________________________ Total Amount: __________________ CLIN 0008: C-1005-S-25 Needles, 22g, 10cm length, 5mm curved active tip, box of 25, 8 each. Unit price: ____________________________ Total Amount: __________________ CLIN 0009: C-1505-S-25 Needles, 20g, 15cm length, 5mm curved active tip, box of 25, 3 each. Unit price: ___________________________ Total Amount: __________________ CLIN 0010: RF-DGP-S-25 Disposable RF grounding pad, box of 25, 8 each. Unit price: ___________________________ Total Amount: __________________ CLIN 0011: SJ-C-1005-25 Stimject curved cannula kit, box of 25, 1 each. Unit price: ___________________________ Total Amount: __________________ CLIN 0012: RFE-SI Disposable Simplicity probe, 10 each. Unit price: ___________________________ Total Amount: __________________ Total Cost: ______________________________ This solicitation must be quoted all or none. Substitute Items: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the item(s) and its ability to meet the requirement, so that it can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in materiel composition, size, environmental application, etc. If an item is furnished which does not meet the requirement, the item will be returned at the vendors expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). Technical specifications of required items are included in the line item description. (End of Provision) To be delivered to: USA MEDDAC, Blanchfield Army Community Hospital, Building 2434 20th Street, Fort Campbell, Kentucky 42223-1498 on or before October 8, 2010. FOB Destination (FOB: Origin IAW FAR 52.247-29, if delivery/ transportation charges apply). The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to OffersCommercial Items (JUN 2008); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal; 52.233-2, Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far. 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offer Representations and CertificationsCommercial Items (JUN 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JAN 2009); 52.212-2, Evaluation Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on equivalent technical capabilities as outlined in each line item (CLIN) description and award will be based on lowest price technically acceptable will have greatest weight on final decision. 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2002) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6, Protecting The Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 52.219-28, Post-Award Small Business Program Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA, and Other Eligible Veterans (SEP 2006); 52.222-36, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009); 252.203-7002, Requirement to Inform Employees of Whistle blower Rights (JAN 2009); 252.204-7003, Control of Government Work Product; 252.225-7001, Buy America Act and Balance of Payments Program (JAN 2009); 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.247-7023, Transportation of Supplies by Sea (MAY 2002); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2010). DEVIATION. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. All responsible sources should submit a quote to ATTN: Pamela Owens via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, September 14, 2010. For information regarding this solicitation you may contact Pamela Owens via phone: 706 787-0293 or e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV10T0251/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02268089-W 20100905/100903235522-2938c075197312d05e7d9c4907a28ee0 (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.