SOLICITATION NOTICE
65 -- Portable Ultrasound
- Notice Date
- 8/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025912T0861
- Response Due
- 8/24/2012
- Archive Date
- 9/24/2012
- Point of Contact
- Ryan Brown 619-532-9569
- E-Mail Address
-
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-12-T-0861. The closing date is August 24, 2012 @ 10:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 334510; Size: 500. This acquisition is exclusively set-aside 100% for small businesses. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 Sonosite M-Turbo Portable Ultrasound (including installation and training), Part# L05323, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0002 M-Turbo Color Option (Olympic Mist - silver), Part# P07271, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0003 Color Application Software Package M-Turbo “ includes Tissue harmonic imaging, SonoHD imaging technology, velocity color flow imaging, PW Doppler available on all transducers, and CW doppler, Part# P12813, QTY: 1, Unit of Issue: Ea, Price: $______ CLIN 0004 MSK Worksheets “ worksheets specific to the musculoskeletal clinician that includes shoulder, knee, elbow, hand/wrist, ankle/foot, and hip worksheets, Part# P13269, QTY: 1, Unit of Issue: Ea, Price: $______ CLIN 0005 SiteLink Image Manager 4.1.0 “ enables image download, in full resolution.bmp format to Windows based PC., Part# P10117, QTY: 1, Unit of Issue: Ea, Price: $______ CLIN 0006 SonoMBe, M-Turbo “ for aiding in needle visualization, Part# P13930, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0007 C60X / 5-2 MHz Transducer Biopsy Compatible, Part# P07680, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0008 HFL50x / 15-6 MHz Transducer Biopsy Compatible, Part# P07693, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0009 L25X / 13-6 MHz Transducer Transverse Biopsy Compatible, Part# P07691, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0010 H-Universal Stand (M-Turbo Only), Part# L12163, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0011 Power Pack (external battery pack), Part# P13559, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0012 User Guide (M-Turbo), Part# P07662, QTY: 2 Unit of Issue: Ea, Price: $______ CLIN 0013 Triple Transducer connect (TTC) w/quick disconnect, Part# P04764, QTY: 1 Unit of Issue: Ea, Price: $______ CLIN 0014 Service Manual (M-Turbo), Part# P08144, QTY: 2 Unit of Issue: Ea, Price: $______ CLIN 0015 Warranty 5 year/60 months Standard Coverage Warranty, Part# N/A QTY: 1 Unit of Issue: Ea, Price: $______ Salient Characteristics that may satisfy this requirement include: 1) Portable laptop size with storage cart - this machine will be used by at least 3 providers and must be easily stored and transported. 2) Machine should have capability of interchangeable transducers - abdominal 5-2MHz (30cm depth) and standard 13-6MHz (9cm depth) 3) Machine software should include Doppler and color Doppler, as well as Needle Visualization/Identification software. 4) Similar hardware configuration that can be used and understood by other providers who use a similar device 5) Imaging hardware should offer the most advanced image quality, resolution, and tissue delineation capability available in today's ultrasound market. 6) Printable images 7) Internal storage capability The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery Schedule and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability, Delivery Schedule, and Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 07:00am Pacific Standard Time on 13 August 2012. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0861/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Dr., San Diego, CA
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN02838255-W 20120816/120814235950-5fe90ad5b16b913c2778eb2d13a210ca (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 |