Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

W -- LEASE DIGITAL X-RAY SUITE - (Draft)

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-11-060-JH
 
Archive Date
10/11/2011
 
Point of Contact
James Hunter, Phone: 406/247-7064
 
E-Mail Address
james.hunter@ihs.gov
(james.hunter@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212_3.May - Offeror Representations and Commercial item (May 2011) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b); FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-11-060-JH. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The associated North American Industry Classification System code is 5322490 and the small business size standard is $7.0 million. PRICE SCHEDULE - LEASE OF A DIGITAL X_RAY SUITE BASE YEAR: 12 MONTHS @ $____________________ per month = $_________________________; OPTION YEAR ONE: 12 MONTHS @ $____________________ per month = $_________________________; OPTION YEAR TWO: 12 MONTHS @ $____________________ per month = $_________________________; OPTION YEAR THREE: 12 MONTHS @ $____________________ per month = $_________________________; OPTION YEAR FOUR: 12 MONTHS @ $____________________ per month = $_________________________; GRAND TOTAL: $_________________________. PURPOSE OF THE CONTRACT: To obtain a 5-year lease for Digital X-Ray Suite for the Fort Belknap Service Unit, PHS Indian Health Center, Harlem, Montana. The Indian Health Service is requesting quotes that contain the lease amount, preventive maintenance and repair services, transportation, installation, and training costs. As provided in Federal Acquisition Regulation (FAR) 52.211-6, "Brand Name or Equal (AUG 1999)", the quote must include a description of the salient physical, functional, or performance characteristics of the proposed Digital X-ray Suite instrument and accessories. The quote should also include information relating to the net purchase price; lease/purchase options; upgrades; applicable Federal, State, or local taxes; environmental and energy efficient products and services; applicable interest rate; detailed delivery time; payment terms; probable life of the Digital X-ray Suite; a detailed maintenance schedule; and whether the equipment is new or refurbished. Upgrades must be available for the Digital X-Ray Suite during the lease term. Item 1: Digital X-ray Suite during the lease term. STATEMENT OF WORK: (1) Halo overhead tube support; 10 ft. transverse bridge standard; 14 ft. longitudinal rails standard; 360 degree tube rotation; Ergonomic user interface with oversize back for ease of viewing in any light condition; Fail-safe vert. brake; fully counterbalanced smooth motion system; 90 degree tube rotation capability to display angle; Column rotation standard with an industry leading 24 detent position; Fully automatic display for accurate focus distance imaging; be configured for different ceiling heights; on board 24VDC collimator power; durable powder coat finish on all surfaces; Single hand grab handle with integrated "all -locks-release" switch for rapid positioning; (2) Ultra flexible High voltage cable 50', 1 pair; (3) 1- each Rad 60, 0.6-1.2FS, 40/100 KW, 400KHU 4" (4) Manual Collimator with laser light for accurate positioning; (5) 650 pound lift capacity 4-way floating top (84"x30.25") with custom, low absorption Flat top, foot switches for table lock release and vertical movement, vertical travel 23" - 32", Table top transverse travel 10",Table top longitudinal travel 34", onboard 24 VDC & 24 VAC power, Industrial Grade ¾" solid steel scissor lift mechanism;; (6) SID tracking and SID Detents capability; (7) Grid Cabinet, Non Size Sensing Grid Cabinet; (8) Non size Sensing X-ray Cassette tray, long life; (9) Anti scatter Grid - Ratio, line count and focus range, 10:1,200 lines, FS34"-34" (10) Aid Chamber with Shielded 65' Spin D-Sub cable for triggering of sufficient light capture for Automatic Exposure Control; (11) Wall Bucky stand please specify left or right hand load configuration, fully counterbalance unit, fail safe brake for vertical locking event of power outage, vertical travel 53", custom Bucky enclosure with ergonomic patient chin rest, Easy access electronic cabinet for ease of service/installation/system integration, durable powder coat finish on all metal surfaces. (12) 80kw generator; High voltage Generator for X-Ray Creation that can be upgraded and used for DR Varian application as well Rad application; Input power= 480V 3 phase; 150kV Standard; 1 msec-6.3 seconds exposure time duration; Dual speed starter; (13) Plug & Play wire kit for Crane-to-table & table -to-Wall St. (14) Size Sensing wire harness from Crane/Stand to SS control, Ten Conductor harness to facilitate Core tabs feedback from Crane/Stand-SID achieved (40" Vertical, 40" & 72" horizontal)10/22; (15) Exposure hand switch; (16) Circular patient handle, side handles(pair); (17) Wireless Flat Panel System for low dosage settings, including Pediatric settings, allowing for increase x-ray absorption loading to improve visibility and imago quality even in reduced dose application, Includes Minimum Configuration - Universal Controller Software, 14x17 Cassette Sized Wireless Digital Flat Panel Detector, - 210 images per hour, - 10-16 Second Panel refresh Time (Cycle Time), - Meets international specifications for true 14x17 cassette size, - Wireless Connectivity Package, - Docking Station - Rapid charge module, - Activation Module, recovery module, - Sync Module, Universal Control Station Hardware Minimum Configuration, - Processor 3.06GHz, - CD/DVD RW, - 2gb Ram, - Win 7 Pro, - 250GB HDD, Network Connection, - 19" LCD with 178 degree Viewing Angle- 1280x1024 Native Resolution, Uninterruptable Power Supply (UPS). Universal Control Software, - Features: Environs S/W Operating platform - automatic masking - Study list filter- History Search - Image Zoom- Grid suppression - Hybrid Premium Image Processing Argentum - Equalization, frequency & Gradation Processing- HIPPA compliance enabling features ( Audit trail, Auto log out) image Quality Optimization - Out (x2 connections)- Modally Work list - Installation and Application training. (18) Connection to Generator - that allows connection to existing X-ray Generator for FPD integration. Generator interface box, Generator Connection kit,Installation, Application Training One (1) Days of Technologist Training. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12-month period with four 12-month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRENTATIVE (COTR): The COTR shall be responsible for: (1) Coordinating the delivery and installation of the Digital X-Ray Suite; (2) Coordinating the onsite training; (3) Monitoring the maintenance services; (4) Conducting technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the COTR. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1, Instructions to Offerors Commercial Items; and 52.212-3, Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Indian Health Service will conduct a comparative evaluation of the quotations based on price and the other price related factors. The Indian Health Service shall award a contract to the Contractor that can provide the equipment and services that represents the best value to the Government. The following factors shall be used to evaluate offers: (1) Digital X-Ray Suite = 70 POINTS. (The Contractor must provide literature with the price quote that identifies the features of the digital x-ray suite as well as the requirements for Installation, Training, and Preventive Maintenance and Repair Services). (2) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts. The Contractor must furnish a minimum of 3 references or other evidence that verifies the services required by this contract can be fulfilled without creating undue hardship upon the Company or the Indian Health Service. The offeror must include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service; (4) Total contract value; (5) Contracting Officer/Company Manager and telephone number; and (6) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.207-5, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.225-25, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on July 7, 2011. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at james.hunter@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-11-060-JH/listing.html)
 
Place of Performance
Address: Fort Belknap Service Unit, 669 Agency Main Street, Harlem, Montana, 59526, United States
Zip Code: 59526
 
Record
SN02569524-W 20110911/110909235958-293f2eab1ed874bbbf8b7d206f585fb6 (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.