SOLICITATION NOTICE
70 -- Furnish and install 5 ea Digital Imaging Systems to existing Ultrasound Equipment upgrading DICOIM to analog LINX Paxport;(5 LINX Paxport DICOM Licenses and 5 LINX Paxport Worklist Readers. Technical Info Mr. Woodall, Radiology 910.907.7214
- Notice Date
- 11/15/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-05-T-0027
- Response Due
- 11/19/2004
- Archive Date
- 1/18/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-05-T-0027 and is a request for quote (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 7379 and the small busine ss size standard is $21.0M. The NAICS Code is 541519. Womack Army Medical Center, Fort Bragg, NC 28310 has a requirement for: 5 each, furnish and install hardware and software Upgrade from DICOM to Analog LINX Paxport Digital Imaging Systems AGFA #60+00 021685 or equal to include 5 ea LINX Paxport DICOM Worklist Readers AGFA #EBDMH00 or equal and 5 each LINX Paxport DICOM Storage Class AGFA #EBDLF000 or equal to be incorporated into the Radiology Dept. Ultrasound Equipment (4 each ATL (Phillips) Mdl HDI 5 000) and (1 each GE Mdl I3115). Technical Questions should be addressed to Mr. Woodall at 910.907.7214 prior to submitting your offer. If offering an equal item, provide complete technical documentation and specifications for evaluation. Responses are to be faxed to Sandy Bulls at 910.907.9307 or emailed to sandra.bulls@na.amedd.army.mil no later than 10:00 hours EST 19 Nov 2004. It is now a requirement that contractors doing business with the Department of Defense be registered with Central Contractor Re gistration (CCR) website www.ccr.gov in order to register. Offers responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR)provision 52.212-1, Instructions to Offeror-Commercial Items. As stated i n this provision, the Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a cost or price standpoint. However, the Government res erves the right to conduct discussion if later determined by the Contracting Officer that discussions are necessary. 52.212-2 Evaluation - Commercial Items; 52.212-3, Offeror Representation and Certification - Commercial Items: an authorized representativ e of the offeror must sign these representations and certifications and must be submitted with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders - Commercial Items with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act - Balance of Payments Program Certific ate; 252.225-7001, Buy American Act and Balance of Payments Program. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantagous to the Government, price and other factors considered. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. The following FAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors - Commerecial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action fo r workers with Disabilities; and 52.225-3 Buy American Act - North American Free Trade Agreement; 252.204-7004 Required CCR; 252.212-7001 Contract Terms; 252.232-7003 Electronic Submission of Payment Requests; 252.225-7003 Qualifying Country Sources as Sub contractors. CONTRACTOR TO INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISION WITH QUOTE: 52.212-3 Offeror Reps and Certs. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg. 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 20310
- Country: US
- Zip Code: 20310
- Record
- SN00708391-W 20041117/041115211942 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |