SOLICITATION NOTICE
65 -- Fluoroscan
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 6900 Georgia Ave, NW, Washington, DC 20307
- ZIP Code
- 20307
- Solicitation Number
- 0010220780
- Response Due
- 9/11/2012
- Archive Date
- 3/10/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- 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.The solicitation number is 0010220780 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 325992 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-11 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft. George Meade, MD 20755 The NARCO - Fort Belvoir requires the following items, Meet or Exceed, to the following: LI 001, Insight Mini C-Arm Fluoroscan InSight Surgical Mini C-arm Fluoroscopic System - Ultra-high resolution 1k x 1k HD Imaging Chain - Dual mode, selectable 4/6 inch Cesium Iodide Intensifier - Power Range: 40-75 KVp, and 20-100 micro Amps - Ultra fine image resolution with 45 micron focal spot X-ray source - Automatic Dose Rate with auto calibration and Image Processing feature - 20? LCD / HD Flat Panel: Easy of use Touch-screen monitor - Ergo-scopic monitor tilt; extends 16? for close proximity visualization - Mosaic multi-format display, user preference 1-18 simultaneous images - Multi-articulated flex arm with multi locking capability - Laser locater with dual mode operation Advanced Image manipulation: - Brightness & contrast control via tube-head, touch screen or keyboard - Real-time noise suppression and edge enhancement - Software-based image rotate, mirroring, pan, zoom & reverse video - Customizable physician preference image acquisition - 30 fps Continuous and Snap-shot imaging - Cine (Digital video) imaging with instant playback - Easy-access, Sterile field tube-head mounted controls - Comprehensive storage and networking - Convenient multi format CD/DVD and USB archival - Optional DICOM network capability - On-board 8,000 image storage with auto delete function - ?Mark as protected? image/case study protection - DAP (Dose Area Product) report, standard Surgeon Friendly Ease of Use Features: - Physician preference definable configurations - Alphanumeric keyboard with hot-key operation - Full installation and one day on-site in-service training. - Training approved for ECE credit by the ASRT In-service must be completed within 12 months of equipment shipment. - 12 month unlimited service including all parts and labor X-ray Source: Focal Spot Size: 0.045 mm Tube kVp Range: 40 to 75 kVp Tube Current Range: 0.020 to 0.100 mA Image Intensifier: Dual Mode 4" (10cm) and 6" (15cm) Monitor: 20" LCD Flat Panel Touch Screen Sensitivity Resolution: 1200 x 1600 HD Quality Display Image Matrix Size: 1k x 1k High Definition X-ray Power Control: Auto and Manual Mode C-Arm: Free Space: 14" (36 cm) Depth: 16" (40.6 cm) Orbital Rotation: 120? Horizontal Travel: 23? Vertical Travel: 23" (58 cm) Pivot Rotation: 380? Panning Motion: 320? Image Storage: Permanent Hard Drive: 7,000 images Removable Data Storage: USB port, CD/DVD-RAM drive Image Acquisition: Rate of 30 fps (standard imaging) Rate of 25 fps (cine (digital) recording) Imaging Modes: Snapshot Continuous Cine (Digital) Recording Imaging Features: Brightness/Contrast Control Automated Image Processing Real-Time Noise Reduction Edge Enhancement Auto-Dose Control Magnify-Zoom-Pan, 1, EA; LI 002, Insight Standard Wired Footswitch Triple Function Footswitch or Triple Function Infrared Footswitch, 1, EA; LI 003, Insight Dicom Unity Insight-DICOM-Unity - Unity Extended Connectivity Software Unity extended Connectivity S/W for Insight includes: Modality Worklist for Insight DICOM Store/Send for Insight DICOM Print for Insight, 1, EA; LI 004, Insight Printer Small Format Thermal Printer Large B/W Hybrid Graphic Printer Insight Printer Sony UP-D897 - 4 x 5 Black and White Printer, 1, EA; LI 005, 12 month warranty including parts and labor, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NARCO - Fort Belvoir intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. NARCO - Fort Belvoir is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/321fb715bdd799f5030b464fde4e32a9)
- Place of Performance
- Address: Ft. George Meade, MD 20755
- Zip Code: 20755-5800
- Zip Code: 20755-5800
- Record
- SN02870279-W 20120908/120906235903-321fb715bdd799f5030b464fde4e32a9 (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 |