SOLICITATION NOTICE
65 -- Digital Veterinary Float Top System
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU010T0079
- Response Due
- 4/2/2010
- Archive Date
- 6/1/2010
- Point of Contact
- Jessica Alarcon, 915-569-2900
- E-Mail Address
-
Western Regional Contracting Office
(jessica.alarcon@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 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 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 solicitation is issued as a Request for Quote (W91YU0-10T-0079). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 541940. Size Standard for small business is $7.0 employees. RFQ is being issued as UNRESTRICTED. These items/supplies are for use at William Beaumont Army Medical Center. All responsible Contractors shall provide an offer for the following: LINE ITEM 0001: Digital Veterinary Float Top System. To include: 1) radiographic generator, P/N: QG-4000V. 2) Veterinary Techniques software, P/N: Q-Vet-Soft, X-Ray tube, P/N: R10-T080. 3) High voltage cables, P/N: R70-15. 4) Digital Detector, P/N: RDR-MAX-G. 5) Computer workstation, P/N: RR90-001. 6) display monitor, P/N: R90-002. 7) Software and Dicom viewer software (unlimited license), P/N: R90-P. 8) Veterinary Radiographic floating table top with integrated tube stand, P/N: Q-ITT-V-DR. 9) Manual Collimator, P/N: R40-MC. 10) Foot switch, P/N: R80-ES. 11) Parts, warranty, one year labor. Requesting price for 1 system. All Part numbers are Southwest X- Ray part numbers. We are requesting brand name or equal. LINE ITEM 0002: Mini Pacs in a Box. Opal Complete set. To include: 1) Software. 2) Server class PC. 3) part and labor. Requesting one system. Brand name or equal. LINE ITEM 0003: De-Installation and disposal of GE Marquette medical systems and Advantix Console System with components, GE Part Number: 29368VP8. This system is out dated. The following Salient Characteristics must be met: 1)40 kW / 125 kVp Radiographic Generator for veterinary use. 2)Operator handgrips to enable rapid exam set-ups. 3)LCD Color Control Display, with high resolution viewing 4)System must have self-diagnostic capability. 5)System must have an anode heat unit monitor. 6)System must have error messaging capability. 7)System must have automatic shut-off timer. 8)System must be able to provide and produce history reporting logs. 9)Must have a RS-232 Port. 10)Nominal Input Power: 208 - 260 VAC (+/- 5%) Single Phase. 11)Veterinary technique software APR (Anatomical Programmed Radiography) for Veterinary Facilities. 100 APR Views and up to 5000 individual Techniques; for Standard and Custom Views. 12)3 Radiographic X-Ray Tube allowing 1.0 / 2.0 mm focal spot sizes with 140,000 Heat Unit capacity. 125 kVp, Standard speed rotor, 16 anode target angle, 90 arms. 13)Direct Digital Detector; mounted within table. 14)Full Frame Transfer CCD. 15)Full Field Detector: 35 cm x 43 cm (14 x 17). 16)Pixel Array: 2040 x 2478 (5 Mega Pixels) with an effective Pixel size of 161 microns and an image Resolution of 3.1 p/mm (NYQUIST). 17)Grayscale: 16 bits. 18)Scintillator: Gadolinium Oxysulfide. 19)Image Preview in Less Than 5 Seconds. 20)Computer Workstation with a minimum of 2 GB RAM, a 2 x160GB Hard Drive and DVD-R/W CD capability. The system utilizes Microsoft XP Professional as the OS. The workstation has a 21 Flat Panel Display monitor with Native Resolution 1600 x 1200 pixels, 4:3 Aspect Ratio. 21)The system employs DICOM PACS Software that can archive patient studies/images in DICOM format as sent from the Acquisition Console as well as DICOM Viewer software for the query and retrieval of patient studies/images. 22)Veterinary radiographic Floating-top table (4-way) with electronic foot control and with integrated tube stand. 23)Table Characteristics and specifications are the following: Animal Patient Load Capacity is 650 lb (395.5 kg) Tabletop length: 60 (153 cm) with 29.5 (74.93 cm) of longitudinal travel. Tabletop Width: 28 (71 cm) with 5 (13 cm) of transverse travel. Tabletop Height: 31.5 (80 cm). Flat table-top design with EURO-TRACK system and low absorption material with easy maintenance finish. Includes patient tie-down clamps mounted at both head and foot ends of the table. Integrated Tube stand with 40 SID, fixed position at center of receptor. 24)Manual Collimator that is -CERTIFIED for SAFETY meets FDA requirements for Human use and safety. 25)System has a light localizer for accurate cassette and patient positioning, Including a laser feature, for more accurate patient positioning. 26)Automatic Lamp/Timer Feature. Includes Swivel Mount, allowing for 360, with 90 detents and an integrated tape measure. 27)Collimator light turns-on, when table float-top control is activated (for operator convenience). 28)Timer Range: 0.001 - 6.0 seconds. Delivery shall be FOB Destination The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced, Technical Acceptability. FACTOR 1- Technical acceptability: If providing an equal product, comply with FAR part 52.211-6, Brand Name or Equal. Provide product literature and/or explain how your company will meet the characteristics of the contract line item numbers (CLIN's) as specified in the solicitation. FACTOR 2- Price. Evaluation Process: All quotes will be evaluated based on their technical acceptability. Price will only be evaluated on those quotes considered technically acceptable. the award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror's products shall meet the salient characteristics described in the CLIN's. Award will be made on an all or none basis. Offerors shall submit prices on all CLIN's to be considered. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict Labor; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52.222-26 Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.225-7001 Buy American Act And Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes o Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation); 52.204-5 Women-Owned Business (Other than Small Business); 52.211-6 Brand Name or Equal; 52.233-2 Service of Protest; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications- Commercial Items; 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Deviation). WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 23 March 2010, 4:30pm Mountain Standard Time. Submit offers via fax to (915) 569-2959 or email to jessica.alarcon@amedd.army.mil. Delivery (Place) of performance: William Beaumont Army Medical Center, Property Management Division 5005N. Piedras, Room 1-23 El Paso, TX 79920-5001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0079/listing.html)
- Place of Performance
- Address: William Beaumont Army Medical Center 5005 N. Piedras El Paso TX
- Zip Code: 79920-5001
- Zip Code: 79920-5001
- Record
- SN02099975-W 20100325/100323235523-2c78f3326976771b562c05d85818ae33 (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 |