SOLICITATION NOTICE
65 -- Hologic Fluoroscan InSight FD Mini C-Arm with components and training
- Notice Date
- 9/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-12-T-0229
- Response Due
- 9/19/2012
- Archive Date
- 11/18/2012
- Point of Contact
- Linda Spindler, 706-787-2378
- E-Mail Address
-
Southeast Regional Contracting Office
(linda.spindler@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, 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-12-T-0229 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20120305. This solicitation is for a Hologic Fluoroscan InSight FD Mini C-Arm with components and training for Eisenhower Army Medical Center, Fort Gordon, Georgia 30905. Hologic Inc. is a sole supplier of the InSight FD Mini C-Arm. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517, with a size standard of 500. The Government intends to award a sole source firm fixed price contract to Hologic Inc., the sole supplier of this system and it components. However, all responsible concerns may submit a quote, which will be considered by the agency. THIS SOLICITATION MUST BE QUOTED ALL OR NONE. CLIN #:Item DescriptionUnitUnit costTotal Cost 0001Hologic Fluoroscan InSight-FD 1 each$________$_________ Mini C-Arm System. Thin profile, dual field - Flat Detector axis rotation +/- 90 degrees - High speed automatic beam collimator tracking - Forward mounted tube-head: Deep C-arm access - 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 - 20" LCD / High Definition touch-sensitive flat screen monitor: - Ergo-scopic monitor: Tilts and extends 16" for proper angle visualization - Mosaic multi- format display, user preference 1-18 simultaneous images - Full 120 degree orbital rotation C-arm with locking capability - Laser light with full-time on or 60 second timer. Advanced Image manipulation: - Brightness & contrast control via tube-head, touch screen or keyboard - Real-time noise suppression and edge enhancement - Touch-screen image rotate, mirroring, pan, zoom & reverse video - Customizable physician preference image acquisition - Continuous fluoro and Snap-shot imaging - Cine (Digital video) imaging with instant playback - Easy-access, Sterile field tube-head mounted controls - Comprehensive storage and networking - Convenient USB and CD/DVD for image import/export - Full DICOM network capability (Optional) - 8,000 image storage capacity 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 - Triple function configurable foot switch (Wireless or wired) - 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 - Toll free hot-line, backed by a National Service Organization 0002InSight wireless infrared foot switch1 each$________$__________ 0003InSight DICOM Unity extended 1 each$________$__________ Connectivity software to include Modality Worklist for InSight, DICOM Store/Send for InSight and DICOM Print for InSight 0004InSight printer Sony UP-D897, 4 x 51 each$________$___________ Black and white paper 0005InSight2 Bio-Med training, one week2 each$________$____________ Bio-Med training class. Travel, Housing and per deim is the responsibility of each attendee. Training must be completed within 12 months of equipment shipment. TOTAL $___________________ The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement "(48 CFR Chapter 2)"; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.204-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available. Awardee will be the Lowest Priced, and or Technically Acceptable (LPTA) Offeror. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished 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; all of which apply to this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses 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. 52.203-3 Gratuities (APR 1984); 52.203-6, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007) (EEO); 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 of Veterans (Sep 2010); 52.222-43, Fair Labor Standards Act and Service Contract - Price Adjustment (SEP 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (JUL 2012); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5, Insurance- Work on a Government Installation (JAN 1997); 52.232-18 Availability of Funds (APR 1984); 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); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3, Continuity of Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 201252.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation; 252.204-7008 Export - Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) (DEVIATION); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. The government anticipates awarding a single award for this requirement. Items are to be delivered at: Eisenhower Army Medical Center, Orthopedic Surgical Services, Attn: Ms. Sarah Ferrell, Building 300 East Hospital Road, fort Gordon, Georgia 30905. All offerors must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, and or Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements via Internet at https://www.sams.gov/. Proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Linda Spindler via fax at (706) 787-6573 or e-mail: linda.spindler@us.army.mil by September 19, 2012, 12 noon. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-T-0229/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02880364-W 20120914/120913002014-ebaa462784d089272604667e47ec6282 (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 |