SOLICITATION NOTICE
65 -- Visual Field Plotter
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-12-T-0183
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- kendre green, 253-968-4378
- E-Mail Address
-
Western Regional Contracting Office
(kendre.green@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, 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. This is solicitation W91YU0-12-T-0183, issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 (Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers), Size standard is 100 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at Raymond W. Bliss Army Health Center (RWBAHC), Ft Huachuca, Arizona. All responsible Vendors shall provide an offer for the following. Brand Name or Equal (B.Braun): CLIN 0001: Visual Field Plotter HFA 750i, part number: 266002-1140-757, qty: 1; Unit issue: EA SPECIFICATION: Specifications 750i Test specifications Maximum temporal range (degrees) 89 Stimulus duration 200ms Visual field testing distance 30cm Background illumination 31.5ASB A. Threshold test library 24-2,30-2,10-2, Macula 60-4, Nasal step B. Threshold test strategies SITA Standard, SITA Fast, Full Threshold, FastPac SITA-SWAP C. Screening test library C40, C64, C76, C80, C-Armal Peripheral test patterns D. Screening test modes Age corrected Threshold related, Single intensity E. Specialty test library Social Security Disability, monocular, binocular Superior 36,64 Kinetic testing Custom testing EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price (LPTA). The evaluated price will be the total price of the quote. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. A. Equipment must have Fixation Control w/ Heijl Krakau blind monitor, video eye monitor, gaze tracking, head tracking, Vertex monitoring, remote video eye monitor capability. B. Must have Operator Interface- display, touch-screen CRT, keyboard, frequency doubling. C. Equipment shall have General Testing Features- Stimulus sizes, Foveal threshold testing, Automatic pupil measurement. D. Equipment shall have Testing Storage. E. Equipment shall have Test Specifications- Maximum temporal range (degrees), Stimulus duration, Visual field testing distance, Background illumination, Age corrected, Social Security Disability monocular binocular. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award Small Business Program Representation, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 reporting Executive Compensation and First -Tier Subcontract Award, 52.211-6 Brand Name or Equal, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Tex Messaging While Driving, 52.225-3 Buy American Act-Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach of Contract Claim, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy, 52.204-99 System For Award Management Registration (Deviation 2012-O0015)(August 2012), 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation 2012-O0014)(Aug 2012) The following DFARS clauses apply, 252.203-7000 requirements Relating to compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must be registered in the System for Award Management (SAM's) to be eligible for award. The Sam's internet web site is http://www.sam.gov Place of Delivery: Raymond W. Bliss Army Health Center 2240 E. Winrow Avenue Ft Huachuca, AZ. 85613 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-12-T-0183/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN02894554-W 20120923/120922002331-f524ddff6c84725f217dfd09912c10b7 (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 |