Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOLICITATION NOTICE

65 -- Ophthalmoscopy Simulator

Notice Date
5/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-16-T-0098
 
Archive Date
5/24/2016
 
Point of Contact
Kendre M. Green, Phone: 3604860709
 
E-Mail Address
kendre.m.green.civ@mail.mil
(kendre.m.green.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This 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 the only synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation #W81K02-16-T-0098, is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 Correction. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430, (Computer and Computer Peripheral Equipment and Software Merchant Wholesalers), Size Standard is 250 Employees. This RFQ is being issued as Firm Fixed Price, Unrestricted. All responsible sources may submit a quotation, which shall be considered by agency. These items are for use at Madigan Army Medical Center, JBLM Tacoma, WA. All Contractors shall provide an offer for the following CLINs and Specifications, for the following Brand Name or Equal (B. Braun): CLIN 0001: Direct Ophthalmoscopy Simulator, including simulation computer hardware, direct ophthalmoscope handpiece, turnable and height adjustable patient head, 19" touch-screen, core simulation software, Eyesi Direct Curriculum for Medical Students including Device Handling, Retina Documentation, Anatomy and Pathology: Introduction, Anatomy and Pathology: Quiz, Qty: 1, Unit issue: EA. All items are BRAND NAME OR EQUAL. SPECIFICATIONS: Direct Ophthalmoscopy Simulator Simulator PC Input Voltage - 115...230 V AC,50/60 Hz Maximum Input Current - 5 A Dimensions (w x h x d ) 205x421x345mm (8.1 x 16.6 x 13.6") Touch Screen Input Voltage - 12 V DC + 0.6 V Power Supply - External AC- DC power adapter, Input: 100...240V AC, 1.2 - 0.63A, 50/60 Hz Output: 12 V DC, 4 A Dimensions with stand- 429 x 390 x 212 mm (16.9x15.4x8.3") Weight with stand- 8 kg (17.6 lbs) Patient Model Head Cables permanently attached to model head - Cable w/ D-sub 9-pin male connector Cable w/ USB Type A Plug Dimensions ( w x h x d ) - 176 x 294 x 125 mm (6.9 x 11.6 x 4.9) Ophthalmoscope Handpiece Cables Permanently attached to model head - Cable w/D-sub 25-pin male connector Dimensions (w x h x d) - 52 x 210 x32 mm (2 x 8.3 x 1.3) EVALUATION OF FACTORS Award will be made based on Technically Acceptable, Lowest Price (LPTA) Seller shall enter exactly what they are quoting include: make, model ad description in order for their quote to be considered. Buyer will evaluate "equal items" on the basis of information furnished by the Seller and identified in the quote. The evaluated price will be the total price of the quote. Technical Factors are more important than Price. Price must be determined fair and reasonable. A. Simulator system shall have established curriculum. B. Simulator system shall provide student feedback for an objective, competency-based assessment. C. Simulator curriculum shall teach basic handling of direct ophthalmoscope. D. Retinal images shall contain both healthy and pathological findings. E. Simulator system shall provide student with medical information on pathological findings. F. Simulator system shall have ability to store student progress. G. Simulator system shall provide feedback showing which retinal areas were examined. H. Simulator system shall provide a short history of the patient. I. Simulator should allow for pupil for blinking and gaze changes. J. Simulator should allow for pupil response to light K. Simulator system should have a separate viewing screen for teaching purposes. NOTE: All vendors must submit specifications with quote. The following Provisions / Clauses are applicable: The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://sam.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award Small Business Program Representation, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 reporting Executive Compensation and First -Tier Subcontract Award, 52.211-6 Brand Name or Equal, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Tex Messaging While Driving, 52.225-3 Buy American Act-Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach of Contract Claim, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy. The following DFARS clauses apply, 252.203-7000 requirements Relating to compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through iRAPT, formally known as Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must be registered in the System for Award Management (SAM's) to be eligible for award. The Sam's internet web site is http://www.sam.gov. Place of Delivery: Madigan Army Medical Center 9040A Fitzsimmons Drive Tacoma, WA. 98431 ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL Contact: Kendre Green, Purchasing Agent, Phone 360-486-0709, Fax 360-486-0787, Email: kendre.m.green.civ@us.army.mil. Contracting Office Address: Regional Health Contracting Office-Pacific JBLM Health Contracting Cell 673 Woodland Square Loop SE Lacey, WA 98503
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-16-T-0098/listing.html)
 
Record
SN04105844-W 20160506/160504234744-aebd828acfe1265fbb5bf7e9d7e8264d (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.