Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2006 FBO #1796
SOLICITATION NOTICE

65 -- Diagnostic Ultrasound System and Probes

Notice Date
10/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NTE2778500
 
Response Due
10/31/2006
 
Archive Date
12/30/2006
 
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. Solicitation W81NTE2778500 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. This acquisition is solicited on an Unrestricted basis for NAICS 334510, size standard 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements of this solicitation are: Item no. 0001: Diagnostic A and B Mode Ultrasound Driven PC System, Quantel Medical Aviso A/B (Laptop) or equal, 1 each; Item no. 0002: High Frequency B-scan Probe (20 MHz)  Posterior Segment, Quantel Medic al or equal, 1 each; Item no. 0003: Linear UBM Probe (50 MHz), Quantel Medical or equal, 1 each. Salient characteristics: Item no. 0001: Measures anterior chamber, lens, vitreous and total length, Remote control touch screen, Access functions and controls with a single click, Patient and user database, Automatic image recording, Adjustable grain on frozen pictures, Image and data recall with precision measurements and diagnostic notations on pictures, Automatic biometry in B mode, Precision biometry with multiple formulas for post-refractive and normal eyes, Automatic discrimination , Immersion o r contact technique , IOL calculation in .25D or .50D increments, Biometry probe, 10 MHz B-scan probe, Probe extension handle, Probe holder, System accommodates up to three probes, Intuitive software (upgradeable), Printer with cable, Laptop computer, Foot switch, Power strip, Wireless mouse, Ultrasound gel, On-site training, Software upgrades for 12 months; Item no. 0002: 20MHz Probe frequency, 30 degree depth-20mm and 50 degree-40mm depth examination angles, 27 mm focus, 40 um Electronical resolution, 10 0 um Axial resolution, 250 lateral resolution, compatible with item no. 0001; Item no. 0003: 50 MHz B probe, Linear movement of the transducer, 16 mm segment, 9 to 11 mm Focus range point, 60 um lateral resolution, 35 um axial resolution, compatible with item no. 0001. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Def ense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Required delivery is 10 days after receipt of order, FOB Destination to Brooke Army Medical Center, 3851 Roger Brooke Drive, Fort Sam Houston TX 78234. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical and price. Technical is significantly more important than price. Provide the following information with your offer: 1. Technical. If providing an equal, please comply with FAR Clause 52.211-6, Brand Name or Equal. NOTICE: Statements that the vendor understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be c onsidered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your offer to receive a MARGINAL or UNSATISFACTORY rating. 2. Price. 3. Award will be on an All or None basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each quote will be evaluated on its Technical merit. Pricing will be evaluated to determine value offered for the price and the extent to which it is fai r and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding of the scope and complexity of the Gover nments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all facto rs. 3. Price could become the determinative selection factor if the quality of quotations is determined essentially equal, or if a quotation deemed superior in technical quality is determined not to be worth the high price premium. The trade-off between Technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their offer. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Authori ties and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Ce ntral Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with th e following sub DFARS clauses apply to this acquisition: 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]. DFARS clause 252.211-700 3 [Item Identification and Valuation] applies to this solicitation. The closing date and time of this solicitation is 31 October 2006, 12:00 P.M. CST. Quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Great Plains Regional Contracting Office, Attn: James M etzger, (210) 916-1750 or (210)-916-4698 (email: james.metzger@us.army.mil). Paper copies of this solicitation will not be issued and telephone or fax requests for the solicitation will not be accepted. Point of contact for this solicitation: James Metzg er, phone: (210) 916-2658; email: james.metzger@us.army.mil
 
Place of Performance
Address: Brooke Army Medical Center 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01170739-W 20061027/061026000206 (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.