SOLICITATION NOTICE
66 -- One Centurion 1064nm DPSS Nd:YAG Laser System and one Centurion 532nm DPSS ND:YAG Laser System with one Wavelength Separation (Brand Name or Equal)
- Notice Date
- 11/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-T-0040
- Response Due
- 11/13/2014
- Archive Date
- 1/5/2015
- Point of Contact
- Lisa D Walters, 301-619-3451
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(lisa.d.walters13.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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is: W81XWH-15-T-0040 and is being issued under Request For Quote LW4300. This is a notice that this action is set aside 100% for small business. The SIC Code is 6650; the North American Industry Classification System (NAICS) code is 334510 (size standard 500 employees). The following action is to be completed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Institute of Surgical Research (USAISR) for one (1) Centurion 1064nm Nd:YAG Laser System and one (1) Centurion 532nm ND:YAG Laser System with one (1) Wavelength Separation dual aperture with rotating beam block (Brand Name or Equal), with the associated minimum essential characteristics (MECs) found attached to this solicitation and the Request For Quote (RFQ) attachment. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as an RFQ and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-77, which is effective 14 October 2014. Unless otherwise specified, all Federal Acquisition Regulation (FAR) and other directive material contained in FAC 2005-77 is effective 14 October 2014, except for Items II [Item II-Irrevocable Letters of Credit (FAR Case 2011-023)] and III [Item III- Uniform Procurement Identification (FAR Case 2012-023)] which are effective 13 November 2014. DESCRIPTION: This requirement is for one Centurion 1064nm Nd:YAG Pulsed Laser System and one Centurion 532nm ND:YAG Pulsed Laser System with one Wavelength Separation dual aperture with rotating beam block (Brand Name or Equal) for use at USAISR in studies of laser-induced injury to the eye and in studies for developing treatments of eye injuries. See the attachment for a list of the Minimum Essential Characteristics for the required items. A separate PDF document listing these MECs can be located by following the Additional Documentation link below. Quotations submitted shall provide a matrix that directly point back to all MEC's. Forms of documentation may include sales pamphlets, product specification sheets, product documents, user guides, catalogs, etc. Minimum Essential Characteristics (MECs) 1. MECs for Neodymium-doped:Yttrium Aluminum Garnet (Nd:YAG) 532nm Pulsed Laser System ITEM: Neodymium-based pulsed laser system, frequency-doubled, consisting of laser head and power supply, and all interconnecting cables and hoses. Requirements: Wavelength: 532 nanometers (nm). Repetition rate: not less than 50 pulses per second (Hz) Output pulse energy: not less than 10 milli-Joules (mJ) at 532nm. Pulse duration: not greater than 12 nanoseconds (nsec). Beam divergence: not greater than 10 milliradian (mrad). Beam Diameter: not more than 1 centimeter (cm). 2. MECs for Nd:YAG 1064nm Pulsed Laser System ITEM: Neodymium-based pulsed laser system, consisting of laser head and power supply, and all interconnecting cables and hoses. Requirements: Wavelength: 1064 nanometers (nm). Repetition rate: not less than 50 pulses per second (Hz) Output pulse energy: not less than 10 milli-Joules (mJ) at 1064nm. Pulse duration: not greater than 12 nanoseconds (nsec). Beam divergence: not greater than 10 milliradian (mrad). Beam Diameter: not more than 1 centimeter (cm). (End of MECs) These items are needed for USAISR at Ft. Sam Houston, San Antonio, TX 78234. Delivery is FOB Destination no later than 8-10 weeks after date of contract. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All quotes will be evaluated based on the documentation provided. Quotes will be evaluated on the basis of lowest price-technically acceptable (please see the full text of 52.212-2 in the attached solicitation documents to this RFQ under the Additional Documentation link below) and any resulting contract shall be issued as a Firm Fixed Price Award. The Government intends to award an order without discussions. Offerors should provide their best, complete proposal upon initial submission. Offerors must be registered and have current and valid SAM and ORCA records before an award can be made to them. The contractor who is chosen for the award shall keep their SAM and ORCA records current and not allow them to expire throughout the period of performance. See the attached Solicitation No. W81XWH-15-T-0040 for the clauses and provisions incorporated by reference. Please refer to the attached document mentioned above for clauses and provisions incorporated by full text under the Additional Documentation link below. The full text of the referenced FAR and DFARS clauses and Local Provisions may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Walters, Purchasing Agent Email: lisa.d.walters13.civ@mail.mil All responses to this RFQ shall be emailed to Lisa Walters at lisa.d.walters13.civ@mail.mil and must be received no later than Thursday 13 November 2014 at 4:00pm Eastern Time. This date and time is the final cutoff for your proposal to reach my email. Please allow sufficient time for your proposal to be processed through the Fort Detrick Servers and reach my inbox. All questions in response to this RFQ must be submitted to the address listed above no later than Monday 10 November 2014 at 9:00am Eastern Time. No telephonic requests or quotes shall be accepted. Responses shall include the company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID, and RFQ Number. The Quote shall be submitted using MS Word, MS Excel 2000 or higher or searchable PDF format.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-T-0040/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN03567873-W 20141108/141106234258-3d6d6f4fa93838318055b508f0e5745e (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 |