Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
MODIFICATION

Q -- PENTAX ENDOPRO IQ SYSTEM

Notice Date
1/30/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
650 Joel Drive, Fort Campbell, KY 42223
 
ZIP Code
42223
 
Solicitation Number
CAMPBELLBACHGS00008
 
Response Due
2/2/2018
 
Archive Date
8/1/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: 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. The solicitation number is CAMPBELLBACHGS00008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-96 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-02-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Campbell, KY 42223 The SRCO GPC - Fort Campbell requires the following items, Brand Name or Equal, to the following: LI 001: APPLICATION SERVER RACK MOUNT FORM PN: KUM68343 Includes: ASSY: SERVER, RACK MOUNT FORM FACTOR Please see attached System Requirements Document for specifics., 2, EA; LI 002: ADDITIONAL 10TB PN: 70170 Please see attached System Requirements Document for specifics. Please see attached System Requirements Document for specifics., 1, EA; LI 003: endoPRO iQ Capture Workstation that Includes: 2 PC, 2 Power Supply,2 6' VGA to S-Video Cable, 2 6' SDI to SDI Cable, 2 10' Network Ethernet Cable, 2 12' Data Cable and 2 22" monitor. Please see attached System Requirements Document for specifics., 2, EA; LI 004: INTERFACE CABLES FOR OLYMPUS PROCESSORS PN:KUMOLYMPUS INCLUDES: 2 Data Interface for Olympus/Fujinon AND 2 Cable for CV-140/160/180/190 Please see attached System Requirements Document for specifics., 2, EA; LI 005: Medical Grade Tri-Pedal Footswitch PN: 90139, 1, EA; LI 006: MS SQL Server Standard Runtime Single User & Server License PN: MSSQL-U01, 1, EA; LI 007: MS SQL Server Standard Single User & Server License Maintenance PN: MSSQL-UM1, 1, EA; LI 008: MS SQL Server Standard Runtime Single User License PN: MSSQL-UM01A, 4, EA; LI 009: MS SQL Server Standard Runtime Single User License Maintenance PN: MSSQL-UM1A, 4, EA; LI 010: MS SQL Server Enterprise Runtime 8 Core Server License PN: MSSQL-E8, 1, EA; LI 011: MS SQL Server Enterprise 8 Core Server License Maintenance PN: MSSQL-EM8, 1, EA; LI 012: MS SQL Server Enterprise Runtime 4 Core Server License PN: MSSQL-E4, 1, EA; LI 013: MS SQL Server Enterprise 4 Core Server License Maintenance PN: MSSQL-EM4, 1, EA; LI 014: endoPRO iQ Department of Defense Site License (per site) PN: M70234, 1, EA; LI 015: endoPRO iQ Capture License (per procedure room) PN: M70206, 1, EA; LI 016: endoPRO iQ Capture License (per mobile cart) PN: M70209, 1, EA; LI 017: endoREMOTE Mobile Cart Sync License (per mobile cart) PN: M70211, 1, EA; LI 018: Doc-U-Scribe Reporting License (per capture workstation) PN: M70213, 2, EA; LI 019: 8 endoPRO iQ Review License (per review workstation) PN: M70205, 8, EA; LI 020: HL7 Outbound Interface (ORU) PN: M70221, 1, EA; LI 021: HL7 Outbound Interface (UNC/PDF) PN: M70222, 1, EA; LI 022: Software Service Maintenance Agreement PN: M70180S, 1, EA; LI 023: Software Installation PN: INSTALLATION, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, SRCO GPC - Fort Campbell intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. SRCO GPC - Fort Campbell is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01fb5c5c3d5d47dba40c12df5f264628)
 
Place of Performance
Address: Fort Campbell, KY 42223
Zip Code: 42223
 
Record
SN04803811-W 20180201/180130230930-01fb5c5c3d5d47dba40c12df5f264628 (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.