Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

65 -- Intelligent Ultrasound System

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FM50001311045412202011
 
Archive Date
1/11/2012
 
Point of Contact
Darryl W. Sample, Phone: 907-552-3166, SSgt Daniel Jackson, Phone: (907) 552-2675
 
E-Mail Address
darryl.sample@elmendorf.af.mil, daniel.jackson@elmendorf.af.mil
(darryl.sample@elmendorf.af.mil, daniel.jackson@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: Solicitation# FM500013110454 Line Item 0001: Intelligent ultrasound system (portable with cart/stand) brand name or equal to the Sonosite M-Turbo or GE Logiq 9; that performs sonographic imaging of routine and emergent examinations to include abdominal, OB, GYN, vascular, breast, testicular, thyroid, superficial lesions, and special procedures to include biopsies and cyst aspirations. Must have at a minimum: - Fully articulating flicker-free 20-inch wide format high resolution flat panel TFT/S-IPS display (Thin Film Transistor/Super Inplane Switching) - Fully articulating control panel, including height, swivel, and slide - Easy access transducer connectors and integrated cable storage - xSTREAM (serialize and deserialize Java objects to and from XML) system architecture with capability of processing multiple data streams simultaneously - Dynamically scalable digital channels up to 57,000, designed to accommodate next generation of high frequency imaging and array configurations - High-bit, low noise, digital circuitry achieves system dynamic range up to 180dB for improved 2D performance and increased Doppler sensitivity - 4 wheel swivel and swivel brake lock control - Integrated Footrest - Pull-out alphanumeric keyboard for manual data entry - High-resolution interactive graphical color touch panel with adjustments to various ambient light conditions - Linear array transducer for cerebrovascular and peripheral vascular applications, to include deep venous imaging - Fine pitch high resolution linear array - Curved array transducer for ABDOMINAL/OB GYN/Fertility Pediatric Contrast - Curved endovaginal probe for performance of OB GYN - Internal color printer Location: Joint Base Elmendorf Richardson, Anchorage AK. This procurement is a Total Small Business Set Aside. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead and include Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by December 27, 2011 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC Mr. Darryl W. Sample, 10480 22nd Street, Suite 356, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7181, Fax (907) 552-3561, darryl.sample@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability and Qualifiucations 2. Price This will be a lowest price technically acceptable purchase. Technical acceptabilty - at a minimum - will consist of meeting all characteristics above and all of the salient characteristics. (b) 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 solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective 2 December 2011. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7036 Alt I Buy American Act-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Mr. Darryl W. Sample. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: darryl.sample@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FM50001311045412202011/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Alaska, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02642169-W 20111222/111220234000-48ec6161b161ec691610c31890ea2c90 (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.