SOLICITATION NOTICE
65 -- SonoSite S-Nerve Ultrasound System
- Notice Date
- 3/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV09T0043
- Response Due
- 4/1/2009
- Archive Date
- 5/31/2009
- Point of Contact
- Linda Spindler, 706-787-2378<br />
- 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. The solicitation number is W91YTV-09-T-0043. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The North American Industry Classification System Code (NAICS) for this procurement is: 334510. This requirement is Unrestricted. Martin Army Community Hospital, Fort Benning, Georgia has a requirement for the following: CLIN 0001: 1 EACH, SonoSite S-Nerve. Standard features include display module, 2D grayscale with SonoMD Multi Beam Technology, tissue harmonic imaging, SonoHD imaging technology and auto gain, SonositeADAPT tissue optimization technology, velocity color flow, color power doppler, clip storage, HIPAA compliance tools set, PC direct connectivity capability (through USB Memory Stick or via Site link & USB cable ordered separately). Also includes battery, ultrasound gel, and user guides. Minimum five (5) year warranty. Part #: L07512. Minimum specifications: dimensions, 15.1 inch high x 11.6 inch wide x 6.1 inch high; display: 10.4 inch diagonal LCD (NTSC or PAL); connectivity: 2 USB 2.0 ports, ethernet port, RS-232, digital video interface (DVI), S-video (in/out), and composite video out; USB storage formats: MPEG-4 (H.264), JPEG, BMP, compatible with MAC and PC formats; Architecture: all digital broadband technology; Imaging Capabilities: SonoADAPT Tissue Optimization, SonoHD Imaging Technology, Broadband multi-frequency imaging, 2D with tissue harmonic imaging, color doppler, color power doppler, SonoMB multi-beam technology and auto gain automatic image optimization; Onboard Image and Clip Storage/review: 4GB internal flash memory storage capability, potential to store 32,000 images or 533 2-second clips, clip store capability via either number of heart cycles (using the ECG) or time base, maximum storage in ECG beats mode is 10 heart cycles, maximum storage in time base mode is 60 seconds and Cine review up to 255 frame-by-frame images. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0002: 1 EACH, Transducer. 13-6 MHZ transducer biopsy compatible. HFL38x/13.6 MHz multi-frequency, broadband, 38mm linear array transducer for small parts, breast, vascular, nerve, IMT, musculoskeletal and venous. Supports 2D with SonoMB Multi Beam Technology and auto gain capabilities, SonoHD Imaging Technology, M-mode, color power doppler, velocity color flow doppler and pulsed wave doppler. Biopsy guide available. 1-meter drop-tect durability. Maximum depth is 6 cm. Part #: P0682-HFL38x. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0003: 1 EACH, S-Series Stand. Ergonomic stand secures SonoSite S Series system provides an ergonomic mobile work platform and recharges internal battery. Also provides up/down and tilt movement capabilities for the attached S-Series system. Power supply for the S Series product is included. Part #: P09223. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0004: 1 EACH, Black & White video printer. Medical grade, monochrome video printer with interface cables. Worldwide power (100V-240Vm 50/60 Hz) and video (NTSC/PAL). North American power cord supplied by manufacturer. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0005: 1 EACH, Deluxe Package. Package includes keyboard tray and a basket with hooks. Part #: P08084. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0006: 1 EACH, Basket for the S-Series stand. Includes 2 basket hooks. Part #: P08238. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0007: 1 EACH, Security Cable to prevent unauthorized removal of the system. Part #: P03130. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 0008: 1 EACH, Shipping and handling if applicable, quote firm fixed price only. UNIT PRICE: $__________, TOTAL CLIN $__________. THIS SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSTITUTE ITEMS: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below, will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). (End of Provision) To be delivered to:Martin Army Community Hospital, ATTN: Ms. Carol Shake, Installation Medical Supply Activity, Building 9222, Santa Fe Road, Fort Benning, Georgia, 31905-6006. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act (Jan 2005) (41 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003). Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Linda Spindler via fax at 706-787-6573 or e-mail: linda.spindler@amedd.army.mil by 1 April 2009, 12:00 PM EST.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=167f076a181a238aceda28419bbff849&tab=core&_cview=1)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA<br />
- Zip Code: 30905-5650<br />
- Zip Code: 30905-5650<br />
- Record
- SN01777984-W 20090327/090325221026-167f076a181a238aceda28419bbff849 (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 |