Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2013 FBO #4227
SOLICITATION NOTICE

65 -- NANOMAXX PORTABLE ULTRASOUND UNITS

Notice Date
6/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-13-T-0234
 
Archive Date
8/3/2013
 
Point of Contact
Catherine A. Prestipino, Phone: 7578629467
 
E-Mail Address
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0234, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013, and DFARS 20130522. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 334510 with a business size standard of 500. The DPAS rating for this procurement is DO-C9 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: CLIN 0001: L12001-NANOMAXX Ultrasound Unit 1.0.5.1, To include English version user guide (P12529), service manual (P12706) and 5yr warranty - 60 Months - Standard Coverage Warranty. QUANTITY: (10) EA. Delivery within thirty (30) days from receipt of award. CLIN 0002: P11877-L38N/10-5 MHZ Transducer, QUANTITY: TEN (10) EA. Delivery within thirty (30) days from receipt of award. CLIN 0003: P11879-P21N/5-1 MHZ Transducer, QUANTITY: TEN (10) EA. Delivery within thirty (30) days from receipt of award. CLIN 0004: L09823 Power Supply, QUANTITY: TEN (10) EA. Delivery within thirty (30) days from receipt of award. CLIN 0005: P12889 Battery, QUANTITY: TEN (10) EA. Delivery within thirty (30) days from receipt of award. CLIN 0006: P13010 Field Case, QUANTITY: TEN (10) EA. Delivery within thirty (30) days from receipt of award. Sole Source Justification: The Naval Special Warfare Development Group (NSWDG) anticipates an award of a sole source firm fixed price contract (FFP) to Sonosite, 21919 30th Drive SE, Bothell, WA 98021 for the procurement of NanoMaxx Portable Ultrasound Equipment; i.e., SonoSite NanaMaxx Portable Ultrasound Machines and Transducers. Statutory authority: FAR 6.302-1, Only One Responsible Source Can Satisfy Agency Requirements. Description of Requirement: The equipment being procured must be the brand name specified as the SonoSite NanaMaxx Ultrasound Units are designed for in-field use, thereby optimizing mobile capabilities, and have solid state memory devices vice spinning memory devices. The ease-of-use, size, portability, durability, data storage, and touch screen options of the SonoSite NanoMaxx Portable Ultrasound Units make them uniquely compatible with the austere environments in which these may be utilized. Section C Requirements SCOPE OF WORK Purpose: The SonoSite NanoMaxx is essential for diagnosis in the field by SOF Medics; and thereby precludes consideration of a product manufactured by another company. This device will be used in the field under drastic environmental conditions and must have a solid state vice spinning memory devices. The NonoMaxx is the only device that meets these requirements and is designed for field use. No equivalents shall be considered. The product is unique, weighs approximately six pounds, and designed for in-field use optimizing capabilities while keeping the unit light and rugged. Portable Ultrasound Detail Specifications and Salient Characteristics: 1. System Design Requirements a. The system must be solid state with no spinning memory devices. b. The system must have touch pad, touch screen or similar navigation tools, (i.e. no track balls.) c. The system shall go from the off status to active scanning in fewer than 20 seconds. d. The system shall be able to be hand carried. e. The system shall be able to withstand a drop from a height of 36 inches onto a steel plate and remain safe and functional. f. The system shall weigh no more than 3.9 kg/8.5 pounds. g. The system shall have an LCD screen size no smaller than 8 inches. h. The operating temperature range of the system, transducers, and battery shall be 10-40ºC. i. The operating altitude of the system, transducer, and battery shall be up to 3000m (9,800 feet.) j. The operating humidity range of the system, transducer, and battery shall be 15-95%. k. The storage and shipping temperature range of the system and transducer shall be -35-65ºC. l. The storage and shipping temperature range of the battery shall be -20 -60ºC. m. The storage and shipping altitude of the system shall be up to 5500m (18,000 feet). n. The storage and shipping humidity range of the system, transducers, and battery shall be 15-95%. o. The battery life (run time) shall be up to 2 hours. The time to charge the battery to full capacity shall be 4 hours with a battery shelf life of 60 days. 2. Other requirements for the Ultrasound System: a. Diagonal Digital Display measurement 8.4 inches. b. Minimum/Maximum weight shall be 6 pounds. c. Shall have appropriate field case and carrying case for each. d. Provide NanoMaxx User Guide and Service Manual for each. e. Required delivery date/period of performance upon award of contract shall be thirty (30) days. 3. Transducers: a. The transducers shall operate at frequencies from a minimum of at least 1.0 MHz to a maximum of at least 13.0 MHz. b. System must be capable of accepting phased array, curved array, and linear transducers. 4. Service: a. The manufacturer shall provide toll free service support help. b. The manufacturer shall provide a five-year standard warranty on the system. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, And Energy Program Use (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation)(NOV 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Law Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking of Persons (Feb 2009) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.233-1 Alt 1 Disputes Alt 1 (DEC 1991) (JUL 2002) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.243-1 Changes-Fixed Price (AUG 1987) FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (JUN 2011) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2011) DFARS 252.225-7000 Buy American Act -Balance of Payments Program (DEC 2009) DFARS 252.225-7001 Buy American Act and Balance of Payment Programs (MAR 2012) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS 252.232-7010 Levies on Contract for Payment (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)Alt III SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2011) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov 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 in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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 Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) Alternate 1 (NOV 2012) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Quotes must be received no later than 10:30 AM. Eastern Standard Time (EST) on 19 July 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Cathy Prestipino at catherine.prestipino@vb.socom.mil, or phone (757) 862-9467 or fax to (757) 862-0809.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0234/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03094190-W 20130621/130620000712-58660e7bfc518682b93d24dbf76e641d (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.