Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
MODIFICATION

65 -- CO2 Laser with AcuBlade Technology

Notice Date
3/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-11-R-0005
 
Archive Date
4/7/2011
 
Point of Contact
Paula Wolstenholme, Phone: 215 737 8560, Katie Hughes, Phone: 215-737-7726
 
E-Mail Address
Paula.Wolstenholme@dla.mil, Katie.Hughes@dla.mil
(Paula.Wolstenholme@dla.mil, Katie.Hughes@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
*****Please note response date has changed from 4/4/11 to 3/23/11***** Numbered notes 13 and 25 apply. 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 and a written solicitation will not be issued. SPM2D1-11-R-0005 is being issued as a Request for Propoals (RFP) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisitions.gov/comp/far/loadmainre.html; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; and http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement. All responsible sources may submit a quote that if timely received shall be considered by the agency. DLA Troop Support Philadelphia, Medical Supply Chain requests responses from qualified sources capable of providing one CO2 Laser with AcuBlade Technology from the BRAND NAME Lumenis, with the following configuration: 0642-407-01 UP ENCORE OR 120V - UltraPulse Encore Base System 1 *Surgitouch Software with Scanner *Tall Tower Base System *60/60 Double Barrel Technology *0.05-60watts of continuous wave energy *1-60 watts of UltraPulse pulsed energy *Up to 225mJ of per pulse energy *Physician-selectable pulse energy settings *Independent control of cutting speed and ablation depth *5mW diode aiming beam *Large, color LCD display *Duralite articulated delivery arm, 360 rotation, 6ft reach *Touch screen controls *13 memory settings *Application guided interface for Aestheticm, ENT, GYN, Neuro & General Surgery *Pre-set starting parameters and recommended delivery device by different specialties and applications *>100 user defined memory settings *Threaded adapter ( for UltraPulse Encore/SurgiTouch) without lens (only for FiberLase delivery devices) *Threaded adapter (for UltraPulse Encore/SurgiTouch) with lens for all *Constant flow air pump for purge line of delivery devices *Meets or exceeds UL standards * In-Service training from clinical education staff *Five pair of safety glasses *Two warning signs, operator's manual and lens cleaning kit *Two system keys *Incisional Handpiece (1.0mm&.02mm) *One Year warranty on parts, labor, and travel from date of shipment. KTCE03300 Digital Acublade Upgrd kit older ST galvo scanner types must own Acuspot 712 and ST AA3042000 Micromanipulator, AcuSpot 712L with Large Hot Mirror for Larger Objective Lens Microscopes AA0853700 Laser Bronchoscopy Set (781) AA2377300 Oral Pharyngeal and Nasal Handpiece Set, 230mm (15201) AA2603300 Nasal Probes Starter Kit (14630) 0642-644-01 Ultrascan Encore CPG, (ST) Post S/N FOB Destination shipping terms are required. ACCELERATED DELIVERY IS REQUESTED. Therefore, vendors submitting a response should provide their best estimated delivery time from the date of the award. Delivery will be requested to the following address: David Grant Medical Center 101 Bodin Circle Travis AFB, CA 04535 Mark for: FM4427-8273-7062 Inspection/Delivery/Acceptance at Destination (the address listed above). All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these address(es): FAR: http://www.acquisition.gov/far/ DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses are attached. All applicable fill-in clauses must be completed. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all line items as delivered to David Grant Medical Center, Travis AFB. This acquisition is being conducted under FAR 13.5 Test Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The offerors initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The proposal shall specify the Total Price. Proposals will be evaluated for Completeness (all items are to be priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. THE FOLLOWING INFORMATION IS MANDATOR ON SUBMITTED PROPOSALS: correct RFP number, vendor legal name and address (same as it appears in the Central Contractor's Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Proposals/Quotes shall be submitted by email to Paula Wolstenholme@DLA.MIL. Proposals/Quotes are due by 3:00 PM Eastern Time on 23 March 2011. Any questions must be addressed to Paula Wolstenholme by email only NLT 10:00 AM EST on 22 March 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-11-R-0005/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN02403883-W 20110319/110317235142-35ab43826d0d097721f484a65356e09f (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.