Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

65 -- Purchase Vascular Laser Workstation for Deptment of Primary Care at Ft Carrson, CO

Notice Date
1/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, 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
W51HQT83668550
 
Response Due
1/22/2009
 
Archive Date
3/23/2009
 
Point of Contact
Janet Rindorf, (210) 221-3102<br />
 
Small Business Set-Aside
Total Small Business
 
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 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; proposals are being requested and a written solicitation will not be issued. W51HQT83668550 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005.26. This acquisition is set-aside for small business under NAICS code 339112, Size Standard 500. FAR provisions and clauses in this solicitation may be viewed at http://www.arnet.gov/far/. DFARS clauses may be viewed at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The requirements in this solicitation: CLIN 0001: CYNERGY VASCULAR WORSTATION. TWO LASER IN ONE-SYSTEMS COMBINING: FLASHLAMP-EXCITED PULSED DYE LASE 0.5-50 MSCE PULSE WIDTH AND A REP RATE UP TO 2HZ MAX AND A ND:YAG LASER; 1064 WAVELENGTH, PULSE DURATION 0.4MSEC-300 REPETITION RATE UP TO 5 HZMAX AIMING BEAM, COMPLETE WITH ON-SITE INSTALLATION & CLINICAL IN-SERVICE, ONE (1) YEAR EQUIPMENT WARRANTY, AN ADDITONAL YEAR WARRANTY AND EXTRA DY KIT. SYSTEM INCLUDS 1 EACH 3,5,7,10 AND 12 MM HANDPIECE (10 &12MM FOR PD1 USE ONLY) 1 EACH FIBER ASSEMBLY AND FOOTSWITCH 2 PAIRS OF LASER SAFETY GOGGLES, 1 PAIR OF PATIENT SAFETY EYEWEAR. LASER WARNING SIGN, INTERLOCK PLUG, OPEARTING KEYS, OPEARTOR MANUAL, ENERGY PAK DY KIT SUFFICIENT TO 50,000 PULSES OF FOUR (4) MONTHS. WHICHEVER COMES FIRST. SMARTCOOK STAND ALONE, AIR COOLING SYSTEM, PREMIUM MARKETING PACKAGE: 3 PARTY PREMIER BUSINESS MARETING CONSULTING SERVICE INCLUDING ON-SITE TRAINING. REQUIRED TWO SETS OF OPEARTOR/SERVICE MANUALS. SALIENT CHARACTERISTS: MUST HAS DOUBLE WAVELENGHTS TECHNOLOGY INCLUDING BOTH 595 NM AND 1064 NM WAVELENGTH THAT ALLOWS TREAMENT OF VASCULAR LESIONS WITH INCREASED EFFICANY WITH MINIMAL SIDE EFFECTS (TO INCLUDE BRUISING, PAIN, AND DISCONFORT) AND FEWER TREATMENT SESSIONS. MACHINE MUST FUNCTION WITH DISTILLED WATER; EQUIPMENT MUST BE COMPACT AND PORTABLE TO BE EASILY EXPAND YOUR TREATMENT OPTIONS TO ANY LOCATION. SYSTEM TYPE: PULSE DYEND ND:YAG WAVELENGHT: 585NM,1064NM PULSE WIDTH: 0.5-400.3-300 MAXIMUN FLUENCE: UP TO 40 J/CM2 UP TO 600 J/CM2 SPOT SIZE: 1.5MM ** TO 15MM** MAXIMUN REP RATE: 2 HZ 5 HZ AIMING BEAM: AMBER/RED SKIN COOLING SYSTEM COLD AIR ELECTRICAL REQUIREMENT: 200/220 VAC/30A SIZE (HXWXD) 40 X 18 X 31 WEIGHT: 270 LBS (123 KG) Delivery date is 31 Janurary 2009.. Place of delivery and acceptance is Evans Army Community Hospital. FOB Orgin is preferred. 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 via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to award. Vendors shall include a completed copy of FAR provision 52.212-3 as outlined therein. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFAS) 252.232-7003-Electronic Submission of Payment Request. 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 via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers and Equal Product) and Price, with Technical Capability being significantly more important than Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003, DFAS 252.225-7012 Preference for Certain Domestic Commodities. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.203-6; 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]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-50 [Nondisplacement of Qualified Workers]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition with following clauses selected; 52.203-6 [Restriction on Subcontractor Sales to the Government]; 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]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.225-13 [Restrictions on Certain Foreign Purchases (Feb 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury]; 52.222-50 [Nondisplacement of Qualified Workers]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-29 [F.O.B. ORIGIN (FEB 2006] The closing date and time of this solicitation is 01/22/09. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 221-3446. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact is: Janet Rindorf, (210) 221-3102; janet.rindorf@us.army.mil or janet.rindorf@amedd.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=177a0774d5217d2ca0c1537bc8d3ba54&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01733726-W 20090117/090115220815-cee8c71c7fb732f66cac67c93e4e7703 (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.