Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
SOLICITATION NOTICE

65 -- The Southern Regional Contracting Office (SRCO), Fort Hood, Texas, has a requirement to buy a Z.One Ultrasound Convertible System (PN# Z023-00) for Carl R. Darnall Army Medical Center, Fort Hood, TX.

Notice Date
5/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0014T0127
 
Response Due
5/16/2014
 
Archive Date
7/6/2014
 
Point of Contact
Anthony D. Browner, 254-286-7205
 
E-Mail Address
Southern Regional Contracting Ofc
(anthony.browner.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This acquisition is being conducted in accordance with FAR 13. The Southern Regional Contracting Office (SRCO), Fort Hood, Texas, has a requirement to buy a Z.One Ultrasound Convertible System (PN# Z023-00) for Carl R. Darnall Army Medical Center, Fort Hood, TX. This announcement constitutes the only solicitation; quotes are being requested. This is a 100% Small Business Set-Aside. The solicitation number for these requirements is W81K00-14-T-0127. The solicitation is issued as a Request For Quotes (RFQ). This acquisition is fully funded with available FY14 appropriations. The requirements consist of the following: A list of contract line items number(s) (CLINS) and items, quantities and units of measure is available on the attachment entitled quote mark Pricing Schedule quote mark. Contractor shall deliver one (1) each, Ultra Convertible System, one (1) Battery Pack, one (1) each, Multi Transducer Port, one (1) each, DICM Networking Supercart/Smartcart, one (1) each, Linear Transducer and one (1) each, Phased Transducer. To be delivered to Carl R. Darnall Army Medical Center, Bldg# 36000, Fort Hood, Texas 76544. SRCO anticipates a FFP contract and intends to make one award for the aggregate of the requirement resulting from this solicitation. The resulting contract will be for delivery of line items: 0001, 0002, 0003, 0004, 0005 & 0006; thirty (30) days ARO. The associated North American Industry Classification System (NAICS) code for this requirement is 334510 - quote mark Electromedical and Electrotherapeutic Apparatus Manufacturing quote mark. The Small Business size standard for this requirement is 500 employees. The associated Product Service Code (PSC) for this requirement is 6525 - quote mark X-ray Equipment and Supplies: Medical, Dental, Veterinary quote mark. The Standard Industry Classification (SIC) code is 3845 - quote mark Electromedical and Electrotherapeutic Apparatus quote mark. The SBA has issued a non-manufacturing Rule Class Waiver for the associated NAICS Code and product service code. This is a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following instructions are provided to industry: The Government will award a single contract, resulting from this solicitation, to the responsible offeror whose offer, conforming to the solicitation, is the Lowest Price, Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical Acceptabilty and Price. Salient Characteristics: Must have high end resolution detail Must be able to focus the image from near to far field automatically in order to enhance the image quality Must have single button that is capable of automatically adjusting all gain controls which enhances resolution to increase diagnostic performance Must be able to automatically correct sound speech in technically difficult patients in order to enhance image quality Must have compact footprint to maneuver easily throughout the department which enhances ease of use Must have a rechargeable battery pack which provides 3 hours of life per use for ease of operation Must have between 19-21 inch articulating monitor with standard and full screen image display with touch screen stylus capabilities Must be wireless ready Must no less than 2 GB internal drive Organic LED display for customizable image mode menus Must have multiple use USB connections Must have HDMI/DVI digital video output Shock resistant and dual rubber wheels with 4-wheel swivel 1. Technical Acceptability: In order for a proposal to be deemed technically acceptable, the offeror must provide and/or substantiate the following requirements in their offer: a. If Quote does not have the Brand Name and model number specified explain how your product will meet the salient characteristics (1) thru (13) as specified in the solicitation; (Note) statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used - will be considered insufficient and determined technically unacceptable. b. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer, OR indicate in the proposal that the offeror's applicable Reps and Certs are up to date in the System for Award Management (SAM) system at https://www.sam.gov. 2. Pricing: Offeror shall submit pricing in accordance with the attached Pricing Schedule, to be considered for an award. 3. Evaluation Process: All quotes will be evaluated on technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable. Award will be made for the aggregate of the requirement. FAR Provision 52.212-2; applies to this acquisition. The Government anticipates the award of a FFP contract resulting from the 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: 4. Technical Acceptability: In order for a proposal to be deemed technically acceptable, the offeror must provide and/or substantiate the following requirements in their offer: *evaluation - Commercial Items. a. Explain how your product will meet the salient characteristics (1) thru (13) as specified in the solicitation; (Note) statements that the offorer understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard proceedures will be used or well known techniques will be used - will be considered insufficient and determined technically unacceptable. b. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer, OR indicate in the proposal that the offeror's applicable Reps and Certs are up to date in the System for Award Management (SAM) system at https://www.sam.gov. 5. Pricing: Offeror shall submit pricing in accordance with the attached Pricing Schedule, including pricing for all option years, to be considered for an award. 6. Evaluation Process: All quotes will be evaluated on technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable. Award will be all or none basis. The following FAR Clauses apply to this acquisition: 52.209-6; 52.204-10; 52.212-4; 52.212-5; 52.219-6; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; 52.225-25; 52.232-33; 52.232-39; 52.232-40; 52.233-3; 52.233-4; 52.252-2; 52.252-6; 52.212-3; 52.252-1; 52.252-5 and Local Wide Area Workflow (WAWF) clause. The following FAR Provisions are provided in full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products, including quote mark equal quote mark products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Department of Defense Federal Acquisition Regulation Supplement (DFARS) Clauses that apply to this acquisition are the following: 252.203-7000; 252.203-7002; 252.204-7003; 252.232-7003; 252.203-7005; 252.232-7010; 252.225-7036; 252.225-7048; 252.232-7003; 252.232-7010; 252.244-7000; 252.225-7035; 252.204-7012. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at the System for Award Management (SAM) at https://www.sam.gov to be considered for award. Any Offeror not registered must be registered prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers may be submitted electronically to Mr. Anthony Browner at anthony.browner.civ@mail.mil or by Fax to 254-553-3906, Attn: Anthony Browner. Please submit your quote by one method only. Offeror's shall confirm receipt directly with Anthony Browner to ensure that your quote is received by the closing date and time. Electronic submissions are the preferred method. Telephonic inquiries will not be honored. Quotes are due no later than 3:00 p.m., May 16, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0014T0127/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc 36001 Darnall Loop Fort Hood TX
Zip Code: 76544
 
Record
SN03360201-W 20140509/140507235116-d705cb48d551b0a0801e54f14f57f948 (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.