SOLICITATION NOTICE
65 -- Requirement is for VeraPulse Powersuite Holmium and Dual Wavelenght Laser Unique System.
- Notice Date
- 5/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- 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
- W81K0009T0150
- Response Due
- 5/15/2009 11:59:00 PM
- Archive Date
- 7/14/2009
- Point of Contact
- Roland Jasso, 210-221-4964<br />
- Small Business Set-Aside
- N/A
- Description
- 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. Solicitation W81K0009T0150 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is unrestricted under NAICS code 423450 and the small business size standard is 100 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: CLIN 0001 Quantity Unit Price 1 ea ________ VERSAPULSE POWERSUITE HOLMIUM LASER CLIN 0002 Quantity Unit Price 1 ea _________ TRADE-IN TRADE-IN MODEL: POWERSUITE Salient Characteristics for: VersaPulse PowerSuite" Holmium and Dual Wavelength Lasers Unique System 1.Multiple wavelength upgradability: Lumenis VersaPulse surgical lasers can be upgraded to 100 watts of holmium and to 80 watts of holmium and 100 watts of Nd:YAG in the dual wavelength configuration. Allows for BPH treatment and lithotripsy. 2.Laser Settings and Capabilities: Capable of producing 3.5 Joules of energy, 50 Hz repetition rate and up to 100 watts of holmium and Nd:YAG power. Low power precision setting of 0.2 Joules for lithotripsy. 3.Color Touch Screen Display: Provides 180 rotation with excellent visibility in bright or low light environments 4.Compatible with over 20 Delivery Systems and Accessories: SlimLine is a reusable, flexible fiber delivery system that delivers both holmium and Nd:YAG energy through a single fiber. SlimLine fibers are compatible with both rigid and flexible endoscopes for multiple endoscopic and soft tissue applications. Fiber sizes are 200, 365, 550, and 1000. DuoTome" is a reusable, flexible side-fire fiber delivery system that delivers both holmium and Nd:YAG through a single fiber and directs the laser energy at a 70 angle. Fiber size is 550. VersaLink" is a reusable arthroscopy delivery system. Four different tips can be interchanged during surgery for added convenience. InfraTome is a single-use arthroscopy delivery system available in straight, 15, 30, and 70 side-fire tips. VersaCut" tissue morcellator is a vacuum pump system for rapid, endoscopic removal of tissue. 5.Built-in Back-up System: The unique CaseSaver" mode is a computer-controlled software program that manages the multiple laser head design and allows the system to continue to function should a mechanical or optical problem arise. 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. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. 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 of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics 1-5, listed above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. 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: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 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]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central 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 the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 15 May 2009, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-4964, Attn: Roland Jasso; e-mail: roland.jasso@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964; email: roland.jasso@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90adcc50ec89d62f05819092b8caf7fa&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 />
- Zip Code: 78234-6200<br />
- Record
- SN01810328-W 20090508/090506221742-90adcc50ec89d62f05819092b8caf7fa (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 |