Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOLICITATION NOTICE

65 -- This is a combined synopsis/solicitation for VERTX-V-MIL/iCRco CR Radiographic System, or equal.

Notice Date
8/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
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
W81K0011T0330
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Timothy Hoerz, 254-285-6747
 
E-Mail Address
Great Plains Regional Contracting Ofc
(timothy.hoerz@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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, 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. W81K00-11-T-0330 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is set-aside for Small Business under NAICS code 423450, Size Standard 500. FAR provisions and clauses in this solicitation may be viewed at http://www.arnet.gov/far/. FARS clauses may be viewed at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The requirements of this solicitation are: 0001: VERTX-V-MIL/iCRco CR Radiographic System (Code GD), 1 Each Imaging System, to include Warranty, Installation, and Training (Training Includes on site technical chart validation, user orientation to software tools and routine quality assurance, or equal. Delivery date is NLT 26 Sep 2011. Place of delivery and acceptance is A&P Room 505, 3151 Scott Road, Fort Sam Houston, TX 78234. FOB destination is preferred. CLAUSES INCORPORATED BY FULL TEXT 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JUN 2010) ADDENDUM TO 52.212-4 (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 herein for locations where full text can be found. CLAUSES INCORPORATED BY REFERENCE 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 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-- CommercialItems (May 2011) Alternate I APR 2011 (May 2011) 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) AUG 2011 52.214-34 Submission Of Offers In The English Language APR 1991 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 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 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-5 Authorized Deviations In Provisions APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Export-Controlled Items APR 2010 252.212-7000 Offeror Representations and Certifications - Commercial Items JUN 2005 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program DEC 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ADDENDUM TO 52.212-1 (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. ADDENDUM TO 52.212-2 (a). The Government will award a Purchase Order resulting from this solicitation, to the responsible Request For Quote (RFQ) conforming to the solicitation, that is the "Best Value" for the Government. Award will be on an all or none basis. The following evaluation factors shall be used to evaluate offers: 1. Technical Acceptability: If providing an "equal item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. If you plan to provide other than brand name cited in the purchase description, provide in your response the brand name and 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 that clearly describe the items(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. Offer will be found technically acceptable if the offer meets the following salient characteristics: Brand Name or Equal to: VERTX-V-MIL/iCRco CR Radiographic System (Code GD) - Vertical designed Computed Radiographic (CR) imaging System. The CR unit incorporates a True Flat Scan PathTM which eliminates the use of rollers to transport the phosphor plate across the scan head, resulting in an artifact-free image. The unit is capable of processing 45-90 images per hour and is DICOM 3.0 compliant which allows images to be transmitted to any locations including separate workstations, local archives, printers, CDs and DVDs. The system, which comes complete and ready for immediate use, is Composed of: 1 each ICRco VERTX Scanner 1 each Dell Desk Top Computer 1 each 22" Flat Panel Monitor 1 each QPC Vet Software 1 each VERTX Floor Stand 2 each 14 x 17 inch Cassettes 1 each 14 x 17 inch Grid 2 each 10 x 12 inch Cassettes 1 each 10 x 12 inch Grid 100 each CDs with Envelopes 1 each Technical 1 each Service Manual Warranty Installation and Training Shipping Vendors offering other than the brand name product shall meet or exceed the following Salient Characteristics: Salient Characteristics for Radiographic Imaging System Portable, unit weighs under 60 pounds Small foot print, mountable to floor stand, dimensions 34 x 20 x 9 Processing speed of up to 90 plates per hour Bit depth Resolution: 16 bits/pixel source file, 65k shades of gray Computer Configuration; Pentium 4 class, 40 GHD 1 Gb Ram Minimum, Windows 7, USBII high speed interface, 1280 x 1024 monitor settings, 700 to 1 contrast ratio (minimum) Accommodates 10 x 12" and 14.17" cassettes Tolerates storage temperatures up to 160 degree F Operating temperature range 32-105 degree F Tolerates operating and storage humidity within 15-95% range No rollers and minimal moving parts Window based QPC XSCAN32 Software Built-in QA software On-Board diagnostics Artifact free image Protective cassettes to produce 300,000+ high resolution images per cassette 2.Delivery date 3.Price (b). Quotes must be submitted NLT the offer due date/local time CST by e-mailing to: timothy.hoerz@amedd.army.mil, or faxing to (254) 553-3906 Attn: Tim. No telephonic questions or quotes will be accepted. (c). Evaluation Process: All quotes will be evaluated first: on technically acceptability; second: by delivery date, and third: by price. The award decision will be based on "Best Value" for the Government. (d). A written notice of award or acceptance of an offer, will be furnished via e-mail to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (end of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. _X_ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) WAWF customer service phone: 801-605-7095 ___ Web Invoicing System (WInS) ___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats ___ Other (please specify) ____________________________________ DFAS POC and Phone: DFAS/INDY VP GFEBS, Customer Service 888-332-7366 opt 2 opt 2 Office hours: 07:30 am/eastern to 4:30 pm/eastern Paying Office code: HQ0490 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 (DFAS) DFAS-INDY VP GFEBS, 8899 E. 56th STREET, INDIANAPOLIS, IN 46249-3800 at (800) 538-9043 or faxed 877-701-5069. Please have your purchase order/contract number ready when calling about payments. 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: W81K00 ADMIN BY DODAAC: W81K00 INSPECT BY DODAAC: W45MW2 ACCEPT BY DODAAC:W45MW2 SHIP TO DODAAC: W45MW2 LOCAL PROCESSING OFFICE DODAAC: N/A PAYMENT OFFICE FISCAL STATION CODE: 021001 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: ACCEPTOR: RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: Tim Hoerz, Contracting Specialist, (254) 285-6747 timothy.hoerz@amedd.army.mil CONTRACTING OFFICER: Ana Maria Boner, Contracting Officer, (254) 286-7875 anamaria.boner@amedd.army.mil ADDITIONAL CONTACT: see above (End of clause) - All vendors 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: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. - Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. - All questions concerning this RFQ must be submitted in writing. Price quotes shall be submitted on company letterhead and signed by a company representative. Please include a DUNS and/or CAGE code. Vendors must submit their quote via e-mail timothy.hoerz@amedd.army.mil or fax to 254-553-3906 by the Offer due date and time, 31 Aug 2011, 4:00 p.m. CST. Point of contact is: Tim Hoerz at timothy.hoerz@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0011T0330/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02550508-W 20110827/110826000844-06f4befbf5535504e5ffb612f5e776c7 (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.