MODIFICATION
65 -- Digital radiography system - Amendment 1
- Notice Date
- 9/1/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-15-Q-0423
- Archive Date
- 9/30/2015
- Point of Contact
- Andrew E. Lee, Phone: 3012951914
- E-Mail Address
-
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
- Small Business Set-Aside
- N/A
- Description
- 15Q0423 Required Provisions 15Q0423 Required CLIN Structure 15Q0423 Provisions and Clauses (P&C) 15Q0423 Request for Quote (RFQ Amendment #1) * Refer to the attachments for the complete detail. The purpose of this Amendment #1 is to answer a few questions posed by interested vendors [see section highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #1. General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for a digital radiography system to upgrade existing Summit Industries InnoVet Versa Veterinary X-Ray System. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83-2-2, effective August 5, 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), effective June 26, 2015. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 334517 Irradiation Apparatus Manufacturing with a size standard of 500 employees. The applicable Federal Supply Code (FSC) is 6525 Imaging Equipment and Supplies: Medical, Dental, and Veterinary. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). This requirement is not subject to the non-manufacturer rule. Offerors responding to this requirement may offer items manufactured by small or large businesses. All offerors submitting a quote for this requirement manufactured by a company other than themselves must provide the full, official name of the manufacturer. Offerors interested in responding to this requirement must provide a quote for the digital radiography system to upgrade existing Summit Industries InnoVet Versa Veterinary X-Ray System that best meets the specifications listed below. A single firm-fixed price (FFP) purchase order (PO) will be issued. Offerors are encouraged to submit multiple quotes for the digital radiography system, which will be evaluated separately by the Government. This is a first-time purchase and we do not have any related previous purchase order information. The room where the existing InnoVet Versa unit is housed is about 16' x 16' in size. The adjacent room where the computer is housed is about 6' x 8'. We plan on using this system to image Rhesus macaque monkeys, Gottingen minipigs, rates, and mice. We will make about 20 images a month at most. There are no additional imaging modalities for data storage or viewing. Specifications: USU plans to upgrade an existing Summit Industries InnoVet Versa Veterinary X-Ray System with a digital radiography (DR) system to provide the latest In DR technology without the mechanical components of a free-standing computed radiography (CR) system. DR conversion will effectively eliminate the issues of animal fur and/or dander complications inherent with CR. Image acquisition will also improve by eliminating the cassette scanning procedure required by the CR system. This upgrade will modify the recently procured X-ray machine aforementioned. The ability of USU personnel to conduct diagnostic radiographic capabilities to the in-house population of animals is essential. In the event of a suspected fracture or systematic illness, good diagnostic quality images are crucial. We hope to upgrade with a DR system that meets the following desired specifications: CLIN 0001: DR system upgrade 1a. Quantity: 1 complete DR system 1b. One (1) CsI flat panel detector, minimum size 17"x17" 1c. One (1) 23" flat panel monitor 1d. One (1) Table conversion kit 1e. One (1) dicom PACS O&R DXR veterinary software 1f. One (1) CD/DVD burner and software to burn patient radiographs in both dicom and jpeg formats 1g. 100 CDs with envelopes 1h. One (1) compatible desktop workstation 1i. Two (2) copies of operation and installation manuals 1j. System should require minimum training to minimize accidental occupational radiation exposure 1k. 24/7 technical service telephone and email hotlines 1l. RMF/DICAP certified or certifiable for remote access for service CLIN 0002: Extended warranty CLIN 0003: Shipping CLIN 0004: Onsite installation and training Evaluation / Award Detail: The Government intends to issue a single firm-fixed priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide detailed product literature, which demonstrates the offerings of the quoted item. The product literature must demonstrate in what ways the quoted item meets the specification outlined above under Specifications. Information on training (related to the use of the quoted product) and other relevant information must be included in the quote submission. The Government reserves the right to utilize technical, e.g. trade magazines and websites, and customer reviews and/or references, as part of the technical evaluation. 2.Price. Offerors must include all applicable costs in the quote. The total quoted price will be the evaluated price. 3.Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar product delivered. The Government reserves the right to select which reference(s) to contact and whether or not to contact the reference(s) at all. The following information must be provided for each reference: a.Name of client and address; b.Name of current PoC, including title, phone number, and email address; c.Contract number, if available; d.Contract value (total cost); e.Contract period of performance (PoP); and f.A clear description of the service provided. In addition to providing the product literature, offerors must also submit a copy of the completed Required CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive. *Refer to the attached Required CLIN Structure spreadsheet. Please note there are two sheets to be completed in the Excel file. In the preparation of the quote, please be advised that USU requires the quote to be valid until September 30, 2015. The following clause applies to this contract: 52.232-18 Availability of Funds The Federal Government prefers not to use third-party-payment merchants, e.g. PayPal, to exchange currencies. This is because these merchants can mask the actual merchant/vendor and impede the Government's effort to promote transparency. If these third-party-payment merchants must be used, offeror must include a compelling justification in the quote package. This will be considered as a part of the Price evaluation factor. See attached list for applicable provisions and clauses for this requirement. Offerors must also submit the following required provisions with their quote: a.Completed copy of provision 252.209-7992 b.Completed copy of provision 252.225-7035 c.Completed copy of provision 52.222-48 Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Quote must be valid until September 30, 2015. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on August 31, 2015. Any question received after 2:00PM ET on August 31, 2015 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around September 1, 2015. Quote packages are due by 10:00PM ET on September 4, 2015. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-contact (PoC), including name, email address, and phone number; c.DUNS Number; and d.Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/32325f665cd919c7cbd8b062383f0e38)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN03867261-W 20150903/150902001054-32325f665cd919c7cbd8b062383f0e38 (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 |