Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

65 -- Ultrasound Imaging System

Notice Date
9/21/2023 10:13:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q-23-R-0020
 
Response Due
9/25/2023 12:00:00 PM
 
Archive Date
10/10/2023
 
Point of Contact
Lisa Anguizola, SSG ERIN MILLER
 
E-Mail Address
lisa.d.anguizola.civ@army.mil, erin.d.miller5.mil@army.mil
(lisa.d.anguizola.civ@army.mil, erin.d.miller5.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9127Q-23-R-0020� -� ULTRASOUND DIAGNOSTIC IMAGING SYSTEM MISSISSIPPI NATIONAL GUARD� Camp Shelby, MS This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-23-R-0020 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2023-05 Effective 07 September 2023 and the Defense Federal Acquisition Regulations (DFARS) updated 17 August 2023. The North American Industrial Classification System Code (NAICS) is 339112 with a small business size standard of 1,000.00 employees. The Government intends to make an award of a Firm Fixed Price purchase order.� This requirement is 100% Small Business Set-Aside and only qualified sellers may submit Quotes. 1.�������� Scope of Requirement: Camp Shelby Joint Forces Training Center (CSJFTC), 154th Regional Training Institute (RTI) Medical Battalion is requesting four (4) Ultrasound Diagnostic Imaging System.� These ultrasounds are necessary to support the 68W Combat Medic Specialist Advance Leader Course of instruction at 154th RTI, Medical Battalion Training Site. � These general-purpose diagnostic ultrasound imaging systems are necessary for training activities for healthcare professionals to visualize and measure anatomical structures and fluid. Units shall be pocket-sized portability with simplified user interface and enable integration into examination and training sessions.� Systems should be like or similar in physical attributes and capabilities as the GE Healthcare Model H8038VP Vscan Extend R2 Dual Probe DICOM Base Package Ultrasound System, which was referenced for this requirement. 2. ������� Salient Characteristics shall include: We require general-purpose battery powered portable diagnostic ultrasound imaging system to train 68W advanced leader course students in the following skills. E-FAST exam, optic nerve sheath diameter measurement and ultrasound IV access. Must include a Curvilinear, Linear, and Phased Array probe or the ability to approximate or simulate them to perform the above diagnostic testing. The system must have the ability to operate for 1hr on a charge and have one additional battery, in addition to AC power, the device must be optimized for cardiac, lung and abdominal imaging and include B-mode, M-mode and Color Doppler imaging. System shall include hard shell protective case. In Systems must maintain all functionality without a paid subscription. person or teleconference Training should be included. Any mention of brand name or equal is for reference only.� Offering must be of same quality and capability as product referenced in this solicitation.� Products shall be like or similar in the quality, physical attributes, and capabilities to the �Abbott� brand as mentioned.� It is the offeror�s responsibility to prove their product offering is equal to the main capabilities and quality of the Abbott equipment referenced below. ����������� CLIN 0001- ��� Ultrasound Diagnostic Imaging System: � ����������� 4 EACH ����������� CLIN 0002 - �� Shipping and Handling (if applicable): ���� ����������� 1 EACH ����������������������������������� Include estimated delivery time. Delivery: ������� MBTS, 154th RTI ����������������������� ATTN: SFC Stanford Johnson ����������������������� BLDG 1450 14th Street ����������������������� Camp Shelby, MS 39407 Shipping shall be FOB Destination to Camp Shelby, MS� 39407 ����������������������������������� Include estimated delivery time 3.�������� Basis of Award The award will be made to the lowest priced technically acceptable (LPTA) Quote. Quotes will be evaluated for technical acceptability (including past performance) but will not be ranked using the non-price Factors (and Subfactors). In order for an Offeror to be considered for award, the Quote must receive an �Acceptable� rating in every non-price Factor. A Quote receiving a rating of �Unacceptable� in any non-price Factor will not be eligible for award. Price will be evaluated to determine reasonableness of the proposed price; unreasonable Offers cannot be selected for award.� Of the Quotes deemed �technically acceptable�, the lowest price option will be selected for award. 4.�������� Evaluation Criteria Award will be made to the offeror whose Quote is most advantageous to the Government based upon an integrated assessment of the evaluation factors and sub-factors described above.� Quotes shall be complete, clear, concise and include sufficient detail for effective evaluation. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the Offeror�s Quote. The Quote shall not simply rephrase or restate the Government�s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. 5.�������� Quote Requirements � � � � � � � � � � � � � � QUOTES ARE DUE NLT 2:00 PM (CST) on MONDAY, September 25, 2023 Quotes shall be submitted via email only.� Email shall be titled as indicated below and attachments must be clearly titled. �Facsimile and delivered Quotes WILL NOT be accepted. ����������� Email Addresses: ��� lisa.d.anguizola.civ@army.mil; erin.d.miller5.mil@army.mil ����������� Subject: �������� ����������� QUOTE - W9127Q-23-R-0020 Ultrasound Imaging System Quotes shall be submitted on offeror�s own letterhead.� Be sure to include shipping & handling if applicable.� Quotes may be received early; however, they will not be except after 2:00 PM on Monday, September 25th.� Contractor is responsible for following up to ensure Quotes are received in the USPFO P&C Office by the due date/time stated above.� Quotes must include a statement that pricing is valid for at least 60 days after Quote�s closing date/time. 6.�������� Request for Information All questions must be submitted by email to addresses identified for above. Questions can be submitted no later than 2:00 p.m. local (CST) time on Friday 22 September 2023. Interested offerors must be registered and visible in the System for Award Management (SAM) prior to proposal submission.� To register go to: https://www.sam.gov/portal/public/SAM.� This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. In accordance with FAR 15.306(a), it is the government�s intent to make award without discussions. Award will be made (all or none) to one vendor. 7.�������� Provisions / Clauses The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance.� Clauses and Provisions incorporated by reference may be accessed via the Internet at www.acquisition.gov.���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0ebc78b344a4be285d7463407f6b154/view)
 
Place of Performance
Address: Hattiesburg, MS 39407, USA
Zip Code: 39407
Country: USA
 
Record
SN06841223-F 20230923/230921230534 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.