Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
SOLICITATION NOTICE

65 -- Surgical CO2 Laser and Accessories

Notice Date
3/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0118
 
Response Due
3/29/2011
 
Archive Date
5/28/2011
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@us.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. The solicitation number is W91YTV-11-T-0118. 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 2005-48 Effective 31 Jan 2011 (includes 2005-49, 24 Jan 2011). The North American Industry Classification System (NAICS) Code for this procurement is: 339112. Small Business Size Standard is 500 employees. This requirement is unrestricted. The U.S. Army Medical Command, Eisenhower Army Medical Center, Fort Gordon, Georgia has a requirement for the following: CLIN 0001: Lumenis Ultrapulse Encore Surgical Pack- 120V or Ultrapulse Encore Base System ; Surgitouch Software with scanner; Tall Tower Base System: 60/60 Double Barrel Technology; 0.05 to 60 Watts of continuous wave energy; 1-60 Watts of continuous wave energy; up to 225mJ of per pulse energy; physician selectable pulse energy; independent control of cutting speed and ablation depth; 5mW diode aiming beam; large color LCD display; duralite articulated delivery arm, 360 rotation, 6ft reach; touch screen controls; 13 memory settings; application guided interface for aesthetic, ent, neuro and general surgery; preset starting parameters and recommended delivery device by different specialties and applications; greater than 100 user defined memory setting; constant flow air pump for purge line or delivery devices; meets or exceeds UL Standards; inservice training from clinical education staff; 5 pair of safety glasses; 2 warning signs, operator's manual and lens cleaning kit; 2 system keys; incisional handpiece (1.0mm & 0.2 mm); 1 year warranty on parts, labor and travel from the date of installation. Quantity: 1. Unit price: _________________________ Total Amount: __________________ CLIN 0002: Lumenis Inc. KTCE03000, DAB09 Digital Acublade Assembly Kit; includes AcuSpot 712 Micromanipulator with 160 micrometers small spot size delivery. Quantity: 1 Unit price: _________________________ Total Amount: __________________ CLIN 0003: Lumenis Inc. AA0631900 Microslad 719 for Zeiss OPMI microscope and colposcopes. Quantity: 1. Unit price: _________________________ Total Amount: __________________ CLIN 0004: Shipping Costs for all (if applicable) and 2 each Operator and Service Manuals with schematics. Quantity: 1. Unit price: _________________________ Total Amount: __________________ Total Order (including shipping and handling) ____________________________ 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 item(s) and its ability to meet the requirement, so that it can be evaluated by the end user. Failure to submit the requested subsititute item information before the closing date will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in materiel 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. To be delivered to: U S Army Medical Command, Eisenhower Army Medical Center, ATTN: Ms. Gloria Gaston, Building 300 Hospital Road, Fort Gordon, Georgia 30905-5650 on or before April 18, 2011. FOB Destination. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation by reference; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.204-5, Women Owned Business Other Than Small Business (May 1999); 52.211-6, Brand Name or Equal (Aug 1999); 52.214-34 Submission of Offers in the English Language (April 1991); 52.219-1 Small Business Program Representations (Jan 2011); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification (Sep 2010); 52.233-2 Service of Protest (Sep 2006); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005); and DFARS 252.225-7000 Buy America Act Balance of Payments Program Certificate (DEC 2009), please note para C (2) offerors must identify items that are not domestic end products and submit with offer. End of Addendum to 52.212-1. The provisions at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) apply to this solicitation. As an addendum to FAR 52.212-2, paragraph (a) and (c) apply to this acquisition with the following factors used to evaluate offers: An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, as determined by the end user. Technical specifications of required items are included in the line item description. Items offered will be evaluated on equivalent technical capabilities as outlined in each line item (CLIN) description. End of Addendum to 52.212-2. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2009) and Alternate I (APR 2002) with their offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) paragraph (a) through (t) applies to this acquisition. The following is incorporated as an Addendum to 52.212-4: paragraph (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.203.3 Gratuities (Apr 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010); 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (Jan 2011); 52.219-8 Utilization of Small Business Concerns (Jan 2011); 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009);52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010); 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (June 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-3, Protest After Award (Aug 1996); and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-4 Printed or Copied Double sided on Recycled Paper (Aug 2000); 52.204-7 Central Contractor Registration (APR 2008); 52.242-13 Bankruptcy (July 1995); 52.247-34 FOB Destination. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.219-7004 Small Business Subcontracting Plan Test Program (Aug 2008) Deviation; DFARS 252.225-7001 Buy America Act and Balance of Payments Programs (Jan 2009). DFARS 252.225-7012 Preference for Certain Domestic Commodities (June 2010); DFARS 252.225-7013 Duty Free Entry (Dec 2009); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006); and DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002). The following clauses are incorporated in full text: 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.252-6 Authorized Deviations in Clauses (APR 1984) with the words: DoD FAR Supplement 48 CFR Chapter 2 inserted in paragraph b; DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009); DFARS 252.204-7008 Export Controlled Items (Apr 2010); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Nov 2010) Deviation; and Wide Area Workflow Clause LC 5002. WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Contracting Officer, the contract administration office, and the payment office. _X__ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) ___ Web Invoicing System (WInS) ___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats ___ Other (please specify)____________________________________ DFAS POC and Phone: _CUSTOMER SERVICE 1-800-553-0527__ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0302 DFAS - ROME 325 Brooks Road Rome, New York 13441-4527 Phone: 1-800-553-0527 Fax: 1-877-575-3332 You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) _X__ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: W33BWP ACCEPT BY DODAAC:W33BWP SHIP TO DODAAC: W33BWP LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Ms. Gloria Gaston, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: gloria.j.gaston@us.army.mil, Phone: 706 787-3243 ACCEPTOR: Ms. Gloria Gaston, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: gloria.j.gaston@us.army.mil, Phone: 706 787-3243 RECEIVING OFFICE POC: Ms. Gloria Gaston, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: gloria.j.gaston@us.army.mil, Phone: 706 787-3243 CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2011) Deviation applies to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. All responsible sources should submit a quote to ATTN: Pamela Owens, Contract Specialist via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, March 29, 2011. For information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0118/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02397297-W 20110311/110309234837-2d6e8b933fd48f17b5c8c05a9bf43d53 (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.