Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2009 FBO #2823
SOLICITATION NOTICE

65 -- 1 EACH, Stellant Single Injector with overhead counterpoise system mount

Notice Date
8/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
W81K00-09-T-0289
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
joann.espitia, (210) 221-3490<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(joann.espitia@amedd.army.mil)
 
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: W81K00-09-T-0289, Doc: W81NTE91178501 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 unrestricted and all responsible sources may submit a quotation under NAICS code 334510 and the business size standard is 500. The requirements in this solicitation are: CLIN 0001, 1 EACH, Stellant Single Injector with overhead counterpoise system mount #SCT122, includes trade-in allowance; Ceiling Mount Ocs 580mm, Portegra2 # 3016424; Cable Base 25ft # 3007643, Head Extension Cable 75ft Stellant Single/Dual # 3008614, Pwr cord North American Style # 535-0243-012, Product info pkg 110V # 78101-00-BM-01, Operators Manual #201071 (2 ea), Service Manuals (1 ea), Installation. MFG MEDRAD SALIENT CHARACTERISTICS: AUTOINJECTOR: STELLANT SINGLE INJECTOR WITH OVERHEAD COUNTERPOISE MOUNT COMPRISED OF: A. Single syringe auto-injector systems compatible for use with Siemens Biograph PET/CT. B. User interface with full multiple protocol recall via touch screen interface. C. Overhead mounting system allowing for full functionality within installed PET/CT suite. Auto-Injector Salient Characteristics: 1. The injector should include full functionality required for diagnostic CT scanning to include Priming/Remote Air line checks/Remote arming. 2. The injector should be capable of flow rates between 0.1 to 10ml/sec in 0.1 increments with injection volumes of 1-200 ml in 1 ml increments. 3. The injector should include integral heating function with an upper range of 95 degrees F +/- 9 degrees. 4. The injector should utilize disposable single use syringes compatible for use with MEDRAD catalog # SSS-CTP-SPK Stellant Disposable Syringe which is currently stocked for Radiology utilized autoinjectors. 5. The injector syringe installation should allow for ease of installation and integral auto-load functions. 6. The injector syringe should hold a capacity of 200ml with programmable pressure limits of 325psi or 2241 kPa. USER INTERFACE SALIENT CHARACTERISTICS: 1. User interface should include User-friendly touch screen interface with anti-glare screen. 2. User interface should include recall of multiple protocols for different examination requirements. 3. User interface should include functions to include Pressure monitoring/Flow profiles/Stop watch features to enhance patient examination safety, consistency and validity. 4. User interface should include protocol functions to include scan delays/multi-phasic controls/protocol remote locks. OVERHEAD MOUNTING SYSTEM SALIENT CHARACTERISTICS: 1. Overhead mounting system should all for 360 degree capability. 2. Overhead mounting system should be able to perform in front or rear end of PET/CT gantry. 3. Overhead mounting system should provide 65 range of horizontal motion. 4. Overhead mounting system should be compatible with current installation hardware for minimal cost and disruption due to installation. FY09, SITE LOCATION: FT SAM HOUSTON TX 78234-6200 FOB: Destination Delivery, 30 days after receipt of order. UFR Clause: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) EVALUATION OF QUOTES a.The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). The following factors will be used to evaluate quotes:Price, Technical acceptability 1. Price 2. Technical acceptability: Explain your firms capability, to include any processes currently in place, that will ensure the specifications identified in Performance Work Statement, are met. Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specification of parts thereof, or phrases such as standard procedures will be used or well-known techniques will be used, will be considered insufficient. Insufficient explanations of how your company will comply with the Performance Work Statement may cause you offer to receive a MARGINAL or an UNSATISFACTORY RATING. 3.Quoters must submit their quotes to the following address: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: Joann Espitia 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Quotes must be submitted on time to the mailing address above, or by fax to (210) 221-3446 or (210) 221-5359, Attn: Joann Espitia Vendors shall comply with FAR Clause (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. 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: Vendors shall include a completed copy of FAR provision 52.212-2 Evaluation-Commercial items; Vendors shall comply with FAR Clause 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; FAR CLAUSE 52.232-18 SUBJECT TO AVAILABILITY OF FUNDS; Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. 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 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]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and WAWF-RA is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors are to use WAWF-RA shall register to use WAWF-RA at https://wawf.eb.mil The closing date and time of this solicitation is 21 Aug, 2009, 06:15 A.M. /CST. 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 or 210-221-3141. 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 for this solicitation: Joann Espitia, phone (210) 221-3490; e-mail Joann.Espitia@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0289/listing.html)
 
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
SN01913469-W 20090817/090815233823-4d74157ba8b735ae1fc56f170adbe5ea (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.