Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

65 -- RADIOGRAPHIC SYSTEM

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F11T0076
 
Response Due
8/30/2011
 
Archive Date
10/29/2011
 
Point of Contact
Thomas K. Dickerson, 011496371868696
 
E-Mail Address
European Regional Contracting Office
(thomas.dickerson1@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, 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is W9114F-11-T-0076 and is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53, effective 04 Aug 2011 and DCN 20091015. This acquisition is Unrestricted. This will be a brand name or equal low price technically acceptable (LPTA) award. Europe Regional Contracting Office (ERCO), Landstuhl, Germany intends to award a Firm Fixed Price Purchase Order for a Brand Name or Equal InnoVet Radiographic System. Equipment provided as equals must meet the salient physical, functional, or performance characteristics of the InnoVet System. All equipment shall be new with manufacturer's warranty. Required Delivery Date 60 days after receipt of order. Refurbished unit will not be considered. Equal brands quoted must meet the requirements in FAR 52.211-6 and furnish all applicable information with the quotation. The following Contract Line Items (CLINS) are applicable to this requirement. CLIN 0001: InnoVet Select Radiographic System, (240VAC, 50 Hz), including: High Frequency Generator: 20kHz, 30kW rating; Anatomical programming; Technique selections: 1) kVp/mAs 2) APR/patient thickness; kVp range: 40-125 in 1 kV steps; mA stations: 50s-500L (eight total); mAs range:.1-600mAs; Digital display of kVp, mA and mAs; Digital diagnostic readout; Built-in tube protection circuits; Adjustable volume, audible exposure signal; Automatic generator Shut Off circuit; UL classified; Line match transformer for 1 Phase, 240VAC, 50 Hz electrical service. Table/Tubestand: Enclosed, integrated radiographic table; 4-way float top table; table top: 67 in x 32 in. with =/-4 in. transverse travel; grid: 103 LPI, 8:1 ratio; manual cassette tray, grid cabinet with tubestand interlock; animal restraining device; angulation dial and deluxe operator handgrips; tubestand handles; UL classified. X-Ray Tube C458: 1.0 - 2.0 mm F.S., 140,000 heat units with 90 degree horns. Cables C600-15: 15 ft. high voltage cables with federal terminations. Collimator G800: Manual collimator with light field; swivel mount; field light on time-selectable 30, 60, 90, or 120 seconds; long life soft-start bulb circuits; spare collimator bulb; easy-to-operate with gloves on; exceeds federal standards for radiation leakage protection. Exposure Switches: Foot switch with 20ft cord A981; remote, wall mounted hand switch W413. Parts warranty: 7-Year, X-ray tube: 7-year pro-rated, Labor warranty, a minimum of 2 service calls in the first year during normal business hours. Qty: 1, Unit: Each, Unit Price__________, Total Amount___________. CLIN 0002: Freight Charges, Airfreight, door to door, UK Branch, RAF Feltwell, Feltwell, Thetford Norfolk, Ip26 4H, UK excluding duties, VAT and taxes. Qty: 1, Unit: Each, Unit Price__________, Total Amount___________. CLIN 0003 : Installation at UK Branch, RAF Feltwell, Feltwell, Thetford Norfolk, Ip26 4H, UK, to include: 1) Electrical requirements shall be 240 Volt, 50 Hz 2) Two copies of the Operator's Manuals in English 3) Two copies of the Maintenance Manuals in English 4) Display and control labels will be in English 5) Statement of warranty terms and conditions in English Qty: 1, Unit: Each, Unit Price__________, Total Amount___________. The following clauses apply to this acquisition: FAR 52.204-10, 52-209-6, 52.212-4, Contract Terms and Conditions-Commercial Items, with addenda: add Electronic Submission of Payment Request for the use of Wide Area Workflow-Receipt and Acceptance as Invoice and Receiving Report (COMBO), 52.222-19, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-29, and 52.252-2, insert: https://www.acquisition.gov, 52.252-6, insert in (b) DoD FAR Supplement (48 CFR Chapter 2); DFARS 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7008, 252.212-7001(Deviation), 252.225-7043, insert (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT, telephone, DSN 222-9832 or commercial (703) 692-9832, 252.229-7006, 252.232-7003, and 252.232-7010. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), check 52.222-50 Alt I; The following provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal; 52.225-25, 52.252-1, insert: https://www.acquisition.gov, 52.252-5, insert in (b) DoD FAR Supplement (48 CFR Chapter 2); 52.212-1, Instructions to Offerors-Commercial, with addenda: paragraphs (a), (h) and (i) of this provision do not apply; and (c) change 30 to 60. 52.212-2, Evaluations-Commercial Items, with addenda: paragraph (a) is filled in with: (1) Technical Capability; Subfactor (i) Must include and meet all items and specifications as described in CLIN 0001; Subfactor (ii) Must be able to provide installation, any applicable training, and on- site warranty service at OCONUS UK destination; and (2) Price. Technical Capability is equal to price. If any one technical subfactor is rated unacceptable, then your quote will no longer be considered for award. EVALUATION STANDARDS. The contractor's technical factor will be evaluated using the following standards: ACCEPTABLE: A quotation that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. UNACCEPTABLE: A quotation that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the quotation. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included or available on-line at https://orca.bpn.gov. Remarks. (1) Quotations shall include: A completed copy of the provision at FAR 52.212-3 or available on-line at https://orca.bpn.gov. 2) All responsible sources may submit a quotation, which shall be considered. 3) Quotations must be received by 30 Aug 2011 at 1600 (4:00 p.m.) European Time Zone and reference the solicitation number. Quotations shall be emailed to: (thomas.dickerson@amedd.army.mil) or faxed to 01149-6371-86-8070. For information regarding this solicitation contact Thomas K. Dickerson at 01149-6371-86-8696 or email to the above address and reference the solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F11T0076/listing.html)
 
Place of Performance
Address: Army Vet Clinic UK Branch RAF Feltwell Feltwell, Thetford UK
Zip Code: IP26 4H
 
Record
SN02543025-W 20110821/110820000556-3c3942e544be172ff01ae55e728ab631 (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.