SOLICITATION NOTICE
65 -- This is for a VBEAM Perecta Gray Laser System with warranty for Carl R. Darnall Army Medical Center at Fort Hood, Texas.
- Notice Date
- 6/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-11-T-0096
- Response Due
- 6/17/2011
- Archive Date
- 8/16/2011
- Point of Contact
- Anthony D. Browner, 254-286-7205
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(anthony.browner@amedd.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. Solicitation W81K00-11-T-0096 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This acquisition is solicited for small business set-aside under NAICS code 334510 and the small business size standard is 500 employees. Federal Acquistion Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: QTY PRICE 0001. ITEM # 9914-0300; VBEAM Perfecta Gray Laser System(1EA) _____ _____ 0002. ITEM # 09200-21-0087: VBM Warranty, 3 year (1EA) _____ _____ 0003. Shipping and Handling (1EA)_____ _____ 0004. ITEM # COM-FS-FTRN: Field Service Training (1EA)_____ _____ 0005. ITEM # 7122-00-3692: VBEAM Perfecta Delivery System. Extra handset for the VBEAM Perfecta Gray Laser System (Accessory) (1EA) _____ _____ 0006. ITEM # Cryogen; 1600-00-0212: Can, 12pk, HFC-134a/1000 Gram (1CS) _____ _____ Addendum 52.212-2: Salient Characteristics for Line Items #0001, 0005 & 0006. Laser type: Pulsed Dye Wavelength: 595 nm Pluse: 0.45-40ms Spot sizes Diameter with maximum energy: 3mm - 40 J/cm2 5 mm -30 J/cm2 7mm - 20 J/cm2 10mm -10 J/cm2 12mm - 7 J/cm2 3x10mm -25 J/cm2 7mm PL - 15 J/cm2 10mm PL - 10 J/cm2 Beam Delivery: lens-coupled 3m optical fiber with handpiece Plus Control: Fingerswitch, footswitch Area of Space: 45" H x 20" W x 35" D Weight: less then 300 lbs On Wheels for portability Electrical: 230V 50/60Hz single phase, 18A 10" screen with touch-screen technology Onscreen graphics Cooling device: Integrated controls, cryogen container and handpiece with distance gauge Cyrogen: HFC 134a DCD Spray Duration: use adjustable range: 20-100 ms DCD Delay Duration: use adjustable range: 10-100 ms This requirement is for the Carl R. Darnall Army Medical Center, Fort Hood, Texas. The following FAR and DFARS provisions and clauses apply to this solicitation: 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 included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 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, Veterans of the Vietnam Era, and Other Eligible 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 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.223-18 [Contractor Policy To Ban Text Messaging While Driving] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership Or Control By The Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act - Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.225-7012 [Preference For Certain Domestic Commodities] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum FAR 52.212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION)] 52.212-1 [Instructions to Offerors] Addendum to 52.212-1 (m) Provide the following to demonstrate Technical Acceptability: 1. Technical Acceptance. If providing an "equal" item(s) comply with FAR Clause 52.211-6, Brand Name or Equal. 1.1. Price. Provide a price for all items. Contractors must submit their quote via e-mail or fax by the closing date and time of this solicitation is 17 June 2011, 4:00 p.m. CST. anthony.browner@amedd.army.mil or 254-553-3906 All questions will be submitted and addressed via email concerning this RFQ. (n) All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. (p) The closing date and time of this solicitation is 17 June 2011, 4:00 p.m. CST. It is requested that quotations be submitting on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitation's line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted via mail or e-mail. 52.211-6 [Brand Name or Equal] a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: 1. The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). (Award will be on an all or none basis.) End Addendum to 52.212-2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-11-T-0096/listing.html)
- Place of Performance
- Address: Carl R. Darnall Army Medical Center ATTN: MSO CRDAMC, 36000 Darnall Loop Fort Hood TX
- Zip Code: 76544-5063
- Zip Code: 76544-5063
- Record
- SN02464076-W 20110605/110603234933-c171c37000ce46443e6642b9927b8925 (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 |