|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 2, 6825 16TH
STREET NW, WASHINGTON, DC 20307-5000 65 -- MOBILE FLUOROSCOPE SYSTEM WITH C-ARM SOL DADA15-98-R-0023 DUE
052298 POC Contract Specialist W. Holt, (202) 782-1425 Contracting
Officer Earl E. Muse (Site Code DADA15) 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 the
only solicitation, written proposals are being requested and a written
solicitation will not be issued. DADA15-98-R-0023 is issued as a
Request for Proposal (RFP). This solicitation documents and
incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-46. IAW FAR 6.302-1, Only One Responsible
Source and No Other Supplies or Services will Satisfy Agency
Requirements. Walter Reed Army Medical Center intends to negotiate on
a sole source basis with OEC Medical Systems, Inc. for a 9600 Series
Fluoroscopy Digital Mobile C-Arm w/Cardiac Module and Table. Standard
Industrial Classification is 3844, and the Small Business size is 500
employees. This requirement is for the purchase of a 9600 Series
Fluoroscopy Digital Mobile C-Arm w/Cardiac Module and Table. Ata
minimum the system shall provide a 30 frame per second image recording
and playback capability and a storage capacity of up to 5 minutes of
digital recordings; a full frame scan converter to process full rame
images in real time; a cardiac automatic brightness stabilzation
control to automatically select optimum cardiac imaging parameters; a
cardiac autohistogram to display coronary images at the TV monitor;
removable digital disk for long term image storage; and measurement
software with the ability to measure length, width and angles of
anatomical structures displayed on the video image. Contractor shall
include two (2) sets of service manuals with system. Delivery of the
system shall be no later than 45 days after notice of award. Contractor
shall be responsible for the installation and training of government
personnel within 10 calendar days after delivery of system. The system
shall be delivered to the Armed Forces Institute of Pathology, Bldg.
54, Walter Reed Army Medical Center, Main Post, 6825 16thSt., NW;
Washington, DC. 20307-5000. Far Provision 52.212-1, Instruction to
Offerors -- Commercial Items, applies with the following addenda:
paragraphs (h) and (i) of this provision do not apply. The following
factors shall be used to evaluate offers: Evaluation will be based on
(1) Technical (a) Technical capability of the item offered to meet the
Government requirement, and (b) Delivery Terms -- ability to meet
required delivery schedule and (2) Price. Factors are equal in
importance. Offerors shall provide a completed copy of FAR Provision
52.212-3, Offeror Representation and Certifications -- Commercial
Items, and DFARS 252.212-7000, Offeror Representations and
Certifications -- Commercial Items, with their proposal, with the
following addenda: 52.203-2, Certificate of Independent Price
Determination. FAR Clause 52.212-4, Contract Terms and Conditions --
Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies including: 52.203-6, 52.203-10, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225- 18, and 52.225-21.
DFAR 252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items applies including: 252.225-7001, 252.225- 7007,
252.225-7036, 252.227-7015 and 252.247-7024. The Defense Priorities and
Allocations Systems (DPAS) assigned rating for this procurement is C9B.
Walter Reed Army Medical Center intends to award a firm fixed price
Contract. Contractor must be able to fulfill the requirements of this
notice. All responsible sources may submit written proposals for
consideration by the Government. Written proposals can be mailed or
hand delivered to: Walter Reed Army Medical Center, Directorate of
Contracting, Supply and Equipment Branch, 6825 16th St., NW; Bldg.
T-20, First Floor, Washington, DC 20307-5000 by close of business 22
MAY 1998. Written proposals must include the following information: the
solicitation number, company name, point of contact, address, phone
number, fax number, business size, DUNS number, CAGE code, unit price,
total extended price, payment terms and remittance address. For
additional information contact Walter Holt (202)782-1425 or Earl Muse.
See number Note 22. (0119) Loren Data Corp. http://www.ld.com (SYN# 0323 19980501\65-0004.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|