SOLICITATION NOTICE
65 -- Flex Focus 700 Surgical Ultrasound System
- Notice Date
- 12/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ301012650521
- Response Due
- 12/12/2011
- Archive Date
- 2/10/2012
- Point of Contact
- Jason Travis, 301-619-8237
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(jason.travis@amedd.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 a commercial supply, Flex Focus 700 Surgical Ultrasound System, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. There is no set-aside requirement. A firm-fixed price purchase order will be awarded. This requirement is categorized under NAICS: 334510 and has a Small Business size standard of 500 employees. This requirement is for Brand Name or equal. Or equal quotations shall include manufacturer, part number, warranty, and sufficient salient information to clearly depict the product as equal. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. The Department of the Army, Healthcare Acquisition Activity- North has a requirement to purchase: one (1) each Flex Focus 700 Surgical Ultrasound System (B-K Medical Systems part number 1202-3) including mobile keyboard dock with battery for 1202 and 2 rechargeable batteries and backpack (p/n UA1214), extra rechargeable Inspired Energy NL2024 lithium ion battery 14.4V battery for UA1214 and UA1814 (p/n UA1225), PiP Option for Flex 700 License (p/n UA1205), DICOM Option for 1202 License (p/n UA1206), DVD RW Drive for 1202 (p/n UA1284), remote control for 1202-3 (p/n UA1237); Laproscopic Transducer (p/n 8666RF), No-Flex attachment for 8666RF (p/n UA1166), Sterrad Tray (p/n BK3021), Transducer Leakage Test Kit for Steris/Sterrad Transducers (p/n UA1404), MFI Intraoperative Probe for 2202 Steris 1E & Sterrad NX & 100NX Compatible(p/n 8814A), MFI Convex Array Transducer (p/n 8820E), 18MHz Linear Transducer (p/n 8870A), Biopsy Guide for 8804, 8805, 8870 (p/n UA1251), Sony B/W Digital Printer including service manuals and cds qty 2 each (p/n 897UPD); three (3) each days of on-site application training to be completed within 4 months after receipt of award. Shipping shall be FOB destination and included in your quote, and delivery is to be completed 30 days after the receipt of the award. Delivery Address: Respiratory Therapy Department, Keesler Medical Center, Keesler Air Force Base 301 Fisher Street Keesler AFB, MS 39534. Your quote shall list your DUNS number, CAGE code, and Federal TIN with Company name, POC, email and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. The following Federal Acquisition Regulations clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors; FAR 52.212-3, Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR clause 52.212-5, the following clauses are applicable; 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.232-33, 52.222-35, 52.222-36, 52.222-37, 52.223-18. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference; Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; within DFARS 252.212-7001, the following clauses apply: 252.225-7001, 252.232-7003, 252.247-7024. Full text of the above FAR and DFAR clauses can be found at http://farsite.hill.af.mil/. DEADLINE: Quotes are due on 12 December by 12:00pm noon EST. Submit quotes and questions to the attention of Jason Travis, via email to Jason.W.Travis@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ301012650521/listing.html)
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
- Zip Code: 20307-5000
- Zip Code: 20307-5000
- Record
- SN02636292-W 20111210/111208234731-fc28da2be18011c8453444798a70be70 (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 |