SOLICITATION NOTICE
65 -- Medical Multimeter Digital
- Notice Date
- 6/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-10-T-0158
- Response Due
- 6/25/2010
- Archive Date
- 8/24/2010
- Point of Contact
- Angela Dexter, 253-968-4912
- E-Mail Address
-
Western Regional Contracting Office
(angela.dexter@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 FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation W91YU0-10-T-0158 of Purchase Request W68MX301535702 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 Size Standard for small business is 500 employees. RFQ is being issued as UNRESTRICTED. These items/supplies are for use at Madigan Army Medical Center, Tacoma, WA 98431. All responsible Contractors shall provide an offer for the following. Brand Name or Equal LINE ITEM 0001 XI Prestige Platinum w/MAS, QTY 2, part number: 1505034 LINE ITEM: 0002, XI Mammo M-Pro 2.0, QTY 2, part number: 1204011 LINE ITEM: 0003, Shipping Charge, QTY 1, Specification listed below: Range 10 Gy 9999 Gy (1 mR 9999 R) Trig level 100 Gy/s (0.7 R/min) Uncertainty 5 % (40 150 kVp, HVL: 1.5 14 mm Al(1), Active Compensation) or 10 Gy (1 mR) Dose rate (R/F low) Range 10 nGy/s 1 mGy/s (70 R/min 7 R/min) Min. peak trig level 100 nGy/s (0.7 mR/min) Uncertainty 5 % (40 150 kVp, HVL: 1.5 14 mm Al(1), Active Compensation) or 10 nGy/s (70 R/min) Dose rate (R/F high) Range 20 Gy/s 1000 mGy/s(2) (140 mR/min 7000 R/min) Min. peak trig level 100 Gy/s (0.7 R/min) Uncertainty 5 % (40 150 kVp, HVL: 1.5 14 mm Al(1), Active Compensation) or 10 Gy/s (70 mR/min) kV/kVp Range 35 160 kV/kVp Uncertainty 2 % (for total filtrations from 2.5 mm Al up to 1 mm Cu or equivalent, Active Compensation) Sensitivity (R/F low) 0.4 mA, 40 kV, 40 cm (15.7 in), no added filtration Sensitivity (R/F high) 0.8 mA, 70 kV, 50 cm (19.7 in), no added filtration Exposure time Range 1 ms 999 s Uncertainty 0.5 % or 0.2 ms Pulse Range 1 9999 pulses Peak trig level (R/F low) 3 Gy/s Peak trig level (R/F high) 1 mGy/s Xi Base Unit Size 28 x 74 x 142 mm (1.1 x 2.9 x 5.6 in)eight 250 g (9 oz) Power off Automatic after 5, 20 or 60 min of inactivity Power source Rechargeable NiMH standard 9 V Battery time 10 20 hours (depending on detector and if Bluetooth is used) Read out Three row alphanumerical backlit display with four digits numerical resolution Unfors Xi R/F Detector Size 12 x 22 x 117 mm (0.5 x 0.9 x 4.6 in) Weight 50 g (2 oz) Dose (R/F low) Range 10 nGy 9999 Gy (1 R 9999 R) Trig level 100 nGy/s (0.7 mR/min) Uncertainty 5 % (40 150 kVp, HVL: 1.5 14 mm Al(1), Active Compensation) or 10 nGy (1 R) GUM by ISO (1995, ISBN 92-67-10188-9)). Xi General EMC tested According to EN 61000-6-1:2001 and EN 6100-6-3:2001 Exposure needed One Reset Automatic Temp. range 15 35 C (59 95 F) Detector cable length 2 and 10 m (6.5 and 33 ft) Software Xi View for recording measured data and waveforms. Xi View also exports data to Microsoft Excel. Data transfer RS-232 or Bluetooth Data format XML Delivery shall be FOB or Origin Destination. The following clauses apply to this acquisition: 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds,52.252-2 Clauses Incorporated by Reference,52.252-6 Authorized Deviations in Clauses, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Rerepresentation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.242-13 Bankruptcy. The following DFARS clauses apply: 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, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). 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. Place of Delivery: Madigan Army Medical Center BLDG 9040A (Receiving Section) Fitzsimmons Dr. Tacoma, WA 98431 Contact: Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0158/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN02188754-W 20100627/100625235048-517c481317d4cdc1496e1648bc6f0d35 (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 |