SOLICITATION NOTICE
65 -- Ultrasound - Justification
- Notice Date
- 2/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, U.S. Naval Hospital Guam, PSC 490 BOX 7717, FPO, 96538-1600, Guam
- ZIP Code
- 00000
- Solicitation Number
- N6809615RC03004
- Archive Date
- 3/17/2015
- Point of Contact
- Brian C. Mafnas, Phone: 6713449370
- E-Mail Address
-
brianwilliam.c.mafnas.civ@mail.mil
(brianwilliam.c.mafnas.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification This is a COMBINED SOLICITATION/SYNOPSIS for commercial items with the intent to award on a Brand Name basis under the authority of FAR 8.405-6 (b)1(1). The US Naval Hospital Guam intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N68096-15-RC-03004 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 334510. Size 500 Justification: Brand Name justification is based on US Naval Hospital Guam's requirement for a portable critical care ultrasound. The salient features presented in the Fujifilm Sonosite unit meets the minimum technical requirements of the Government. All other offers must meet the minimum technical specifications below to be considered responsive. Sonosite EDGE Salient Characteristics: • Onboard Image and Clip storage/review • At least 8GB of internal flash storage • Clip store capability via either number of heart cycles (using the ECG) or time based • Cine review at least 200 frame-by-frame images • 2D - Distance Calipers, ellipse and manual trace • Tissue harmonic imaging • Doppler - Velocity measurements, pressure half time, auto and manual trace • Color power Doppler • M-Mode - Distance and time measurements, heart rate calculation • PW, PW Tissue Doppler and CW • Dual imaging, Duplex imaging, 2X pan and zoom, dynamic range and gain • User-selectable text and pictograms • User-defined, application specific annotations • Biopsy guidelines • Advanced needle visualization • PC/Mac export • Export BMP or JPEG to external • Drop tested to 3' • S-Video (in/out) to VCR • DVI output • Composite video output (NTSC/PAL) to VCR or video printer • Audio output • Integrated speakers • Ethernet or wireless image/data transfer • USB x2 • RS-232 transfer • Operation via battery or AC power • Rechargeable lithium-ion battery • AC power adapter • Portable • No larger than 13" x 13" x 13" (LxWxH) • 9lbs or less • All digital broadband architecture • 165 dB of dynamic range • 256 gray scale shades • 20 Seconds or Less Power-on to Scan capability CLIN 0001 1 EA Sonosite EDGE ultrasound machine Part #: L14000 _________ Brand Name or Equal CLIN 0002 1 EA Battery-Edge Part #: P15051 _________ Brand Name or Equal CLIN 0003 1 EA DICOM Bundle (Pront/Store/Worklist MPPS SC) Part #: P15710 _________ Brand Name or Equal CLIN 0004 1 EA C60X/ 5-2 MHZ Transducer Biopsy Compatable Part #: P07680 _________ Brand Name or Equal CLIN 0005 1 EA Color Application Software Package EDGE Part #: P15704 _________ Brand Name or Equal CLIN 0006 1 EA ICT x/8-5 MHZ Transducer Biopsy Compatible Part #: P07690 _________ Brand Name or Equal CLIN 0007 1 EA HFL 38X / 13-6 MHZ Transducer Biopsy Compatible Part #: P07682 _________ Brand Name or Equal CLIN 0008 1 EA Transducer biopsy compatible P21X / 5-1 MHz Part #: P07698 _________ Brand Name or Equal CLIN 0009 1 EA Edge Stand Part #: L15800 _________ Brand Name or Equal CLIN 0010 1 EA Power Supply Part #: L09823 _________ Brand Name or Equal CLIN 0011 1 EA Triple Transducer Connect (TTC) w/ quick disconnect Part #: P16535 _________ Brand Name or Equal CLIN 0012 2 EA User Guide Edge, English Part #: P15200 _________ Brand Name or Equal CLIN 0013 2 EA Service Manual Edge, English Part #: P15644 _________ Brand Name or Equal CLIN 0014 5-year Warranty- 60 Months- Standard Coverage Warranty _________ Brand Name or Equal ONLY NEW NON-REFURBISHED ITEMS WITH ORIGINAL MANUFACTURER'S WARRANTY WILL BE ACCEPTED. THIS IS AN ALL OR NONE SOLICITATION. All responsible sources may submit a quotation, which shall be considered by the agency. All other offers submitted on an "EQUAL" basis shall provide and include technical specifications of the "EQUAL" unit at the time of submission. The government will only consider firm, fixed price quotations. Any submissions that do not meet the minimum technical requirements shall not be considered. Contractor must be registered in SAM prior to award. The website address for SAM registration is www.sam.gov. Contractor MUST complete and include FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.Acquisition.gov. QUOTATIONS DUE: 02 March 2015 at 1:00PM PST DELIVERY DATE: 11 March 2015 GUAM TIME DELIVERY ADDRESS: US Naval Hospital Guam, BLDG 50 Farenholt Rd., Agana Heights, GU, 96910 SUBMISSION: All quotations and supporting documentation shall be submitted electronically by email to: brianwilliam.c.mafnas.civ@mail.mil E-mail submissions are limited to 2MB. The submitter should confirm receipt of email submissions. The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-75. It is the contractors' responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. 52.204-7 Central Contractor Registration (FEB 2012). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 -- Brand Name or Equal (Aug 1999). 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation- Commercial Items (JAN 1999). 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. Evaluation factors in descending order of importance: 1) Technical Capability 2) Delivery and 3) Price. The following factors to be used to evaluate offers: Technical Capability, Defined as ability of the products to meet the salient characteristics needed and to provide items in new, warrantied, manufacturers authorized state. Delivery, defined as, lead time necessary to receive the product. Price. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first 2 factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012). 52.222-3 Convict Labor (JUN 2003). 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012). 52.222-26 Equal Opportunity (MAR 2007). 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998). 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). 252.232-7003 Electronic Submission of Payment Requests (OCT 2012).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68096/N6809615RC03004/listing.html)
- Place of Performance
- Address: US Naval Hospital Guam, BLDG 50 Farenholt Road, Agana Heights, Guam, 96910, United States
- Zip Code: 96910
- Zip Code: 96910
- Record
- SN03648535-W 20150225/150223234544-57dd7f1c5db34e2aeb7afff6383b7c06 (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 |