Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

65 -- M-Turbo Ultrasound System

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SOUTHERN REGIONAL CONTRACTING OFFICE, FORT GORDON, GA 30905
 
ZIP Code
30905
 
Solicitation Number
W91YTV-11-T-0309
 
Response Due
9/15/2011
 
Archive Date
3/13/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91YTV-11-T-0309 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-15 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT GORDON, GA 30905 The U.S. Army MEDCOM Southeast Regional Contracting Office requires the following items, Brand Name or Equal, to the following: LI 001, Sonosite M-Turbo High-resolution, all digital, 7.5 pound ultrasound system with 10.4 in, digital display. Standard features included display module, 2D grayscale with SonoMB compound imaging and Auto Gain on selected transducer, M-Mode, HIPPA compliance tool set, comprehensive, application specific calculation packages, pc direct connectivity capability (w/SiteLink and USB Cable ordered separately). Also includes battery, ultrasound gel, and user guides. MicroMaxx?s is backed by a five year standard warranty.Part#-L05323, 1, EA; LI 002, M-Turbo color Option-Glacier Sky, Bluy--Part# P07272, 1, EA; LI 003, Color Application Software Package- provide capabilities for the transducer that support these features: Tissue Harmonic Imaging(THI)SonoHD Imaging Technology, Velocity color flow Imaging,PW DopplerCW DopplerPart#-P12813, 1, EA; LI 004, SonoMBe,M-Turbo, Proprietary software that enhances the systems ability to aid needle visualization-Part#-P13930, 1, EA; LI 005, HFL50x/15-6MHZ Transducer Biopsy compatible- multi-frequency, broad band, 50mm linear array transducer for small parts. Part#-P07693, 1, EA; LI 006, H-Universal Stand(M-Turbo Only)Part#-L12163Ergonomic stand and mobile work platform the the M-turbo system and transducers. Also requires the Isolation Transformer Kit., 1, EA; LI 007, Sony Up 897 Md Black & White Video Printer, Medical grade, Monochrom video printer with the interface cables.Part#-P06293, 1, EA; LI 008, 5-YR Warranty 60 Months- Standards Coverage Warranty, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army MEDCOM Southeast Regional Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army MEDCOM Southeast Regional Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Instructions to Offeror ? Commercial Items (JUNE 2008). Addendum to 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. Contract Terms and Conditions--Commercial Items Contract Terms and Conditions ? Commercial Items, applies to this acquisition (JUN 2010) Addendum to 52.212-4(u) the non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) Convict Labor (June 2003) Prohibition of Segregated Facilities (FEB 1999) Equal Opportunity (MAR 2007) Affirmative Action for Workers with Disabilities (OCT 2010) Combating Trafficking in Persons (FEB 2009) Contractor Policy to Ban Text Messaging While Driving (SEP 2010) CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JUL 2010) Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) 52.233-3, Protest After Award (Aug 1996) Applicable Law for Breach of Contract Claim (OCT 2004) Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). Solicitation Provisions Incorporated by Reference (FEB 1998).This solicitation incorporates one or more solicitation provisions by reference, 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: www.arnet.gov/far and www.dtic.mil/dfasrs and www.farsite.hill.af.mil Requirements Relating to Compensation of Former DOD Officials (JAN 2009) Requirement to Inform Employees of Whistleblower Rights (JAN 2009) Control of Government Personnel Work Product (Apr 1992) Export-Controlled Items (APR 2010). Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011) (DEVIATION). BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 2009) BUY AMERICAN ACT-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM (DEC 2010) Electronic Submission of Payment Requests and Receiving Reports Levies on Contract Payments (DEC 2006) INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. Brand Name or Equal (Aug 1999)(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) Evaluation ? Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following:(a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract 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. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Prospective contractors shall demonstrate that the product offered complies with a written capability statement with their offer. 2. Price. Offers are due by: _15 September 12:00 PM, Eastern Standard Time. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. 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 Representations and Certifications ? Commercial Items (May 2011) Alternate 1 (May 2011). Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?Commercial Items (Aug 2011) (Deviation). F.o.b. -- Destination -- Evidence of Shipment. This contract incorporates one or more clauses by reference, 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 this/these address(es): www.arnet.gov/far and www.dtic.mil/dfasrs and www.farsite.hill.af.mil Authorized Deviations in Provisions (APR 1984), (b) DOD Far Supplement (48 CFR Chapter 2). Authorized Deviations in Clauses (APR 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation. 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. (End of Clause) Restrictions on Certain Foreign Purchases (JUN 2008) BUY AMERICAN ACT?FREE TRADE AGREEMENTS?BALANCE OF PAYMENTS PROGRAM (DEC 2010)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1193def8ef6aa01a8bff863511751f3)
 
Place of Performance
Address: FORT GORDON, GA 30905
Zip Code: 30905-5000
 
Record
SN02568497-W 20110910/110909001557-b1193def8ef6aa01a8bff863511751f3 (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.