SOLICITATION NOTICE
65 -- RF Generator
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- 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-0187
- Response Due
- 9/24/2012
- Archive Date
- 11/23/2012
- Point of Contact
- Angela Dexter, 253-968-4912
- E-Mail Address
-
Western Regional Contracting Office
(angela.dexter@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 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 solicitation W91YU0-12-T-0187, 0010197865, issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 (Surgical and Medical Instruments Manufacturing), Size standard is 500 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 Williams Beaumont Medical Center, El Paso, TX All responsible Contractors shall provide an offer for the following. Brand Name or Equal (Kimberly-Clark) CLIN 0001: PART NUMBER; PMG-115-TD, V4.0 MRF/MCRF System,qty 1, CLIN 0002: Part number: CRX-BAY-MCRF: Multi Cooled RF cable,qty: 2; Unit issue: EA CLIN 0003: Part number: TDA-PPU-1, Peristaltic Pump,qty: 1; Unit issue: EA CLIN 0004: Part number: PMP-100C-N, Universal RF Probe,qty:8; Unit issue: EA CLIN 0005: Part number: PMP-145C-N, Universal RF Probe,qty:8; Unit issue: EA CLIN 0006: Part number: PMP-54C-N,, Universal RF Probe;qty:8; Unit issue: EA CLIN 0007: Part number: PMA-AC-100675,, Autoclave Case,;qty:12; Unit issue: EA CLIN 0008: Part number: PMA-BP,, BI-POLAR Adapter ;qty:2; Unit issue: EA CLIN 0009: Part number: PMX-BAY-MRF,, V3.0 Multi RF Cable,qty:2; Unit issue: EA CLIN 0010: Part number: PMX-BAY-19-14, Adapter Cable 19-14,qty:2; Unit issue: EA CLIN 0011: Part number: CRX-BAY-CRP,, Sinergy Cableqty:2; Unit issue: EA CLIN 0012: Part number: TDX-Y-TSW-TDP,, TD Cable,:2; Unit issue: EA CLIN 0013: Freight charges, qty: 1 Unit issue: EA SPECIFICATION: RF Generator must have power output of 50W which allows the unit to have enough power for all modalities the system offers. The RF Generator system shall not need to be sent in for annual calibration. RF Generator MUST allows you to do the following procedures: RF Generator shall have Standard Radiofrequency RF Generator shall have Pulsed Radiofrequency RF Generator shall have Bi Polar RF Generator shall have Multi Lesion (up to 4 Levels) RF Generator shall have Intervertebral Disc BIACUPLASATY utilizing the Kimberly-Clark TRANSDISCAL SYSTEM RF Generator shall have SINERGY - Water cooled Treatment for SIJ Syndrome RF Generator shall have Thoracool - Water cooled Treatment for Thoracic Facet Pain RF Annuloplasty (RFA) Also known as Disctrode RF Generator shall have IDET procedure capability The RF Generator shall have probe recognition which allows the users to be able to go directly to the appropriate screen and see only relevant parameters displayed for the procedure they will be using. The RF Generator shall have a Digital Computerized system with a software platform designed to incorporate future developments and new technologies. The RF Generator shall the Pain Management SInergy System designed to effectively ablate the posterior lateral branch nerves. The RF Generator MUST be able to generates large volume lesions to encompass the known running course of lateral branches between the sacral foramen and the SIJ. The RF Generator Must be able to utilizing the Transdiscal System encompasses a Bipolar, Cooled RF mode for Intervertebral Disc Biacuplasty. Multi-lesion with 4 level capability. The RF Generator MUST have a separate module for probe. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. 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. 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. 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 electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The Sam internet web site is http://www.sam.gov Place of Delivery: William Beaumont Army Medical Center 5005 N. Piedrass Street El Paso,TX 79920 Contact: Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-12-T-0187/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
- SN02895653-W 20120926/120925001400-b9befefed83c929cfa73a9cc7460fb9a (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 |