MODIFICATION
65 -- LEISEGANG COLPOSCOPE FOR LAKENHEATH AFB
- Notice Date
- 9/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W991YTZ12T0247
- Response Due
- 9/25/2012
- Archive Date
- 11/24/2012
- Point of Contact
- Jeremy D. michaels, 301-619-4162
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(jeremy.d.michaels@us.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 requirement is for Brand Name or equal. "Equal" quotations shall include manufacturer, part number, warranty, and sufficient salient information to clearly discern the product as equal. To confirm that a product is equal you must submit the Or equal spreadsheet with sufficient data to determine that you are truly bidding an equal. Failure to include sufficient technical supporting documentation will deem the proposal as non-responsive. Award will be made to the quotation which is the lowest-price-technically-acceptable. The Government also reserves the right to make no award at all. The Department of the Army, Healthcare Acquisition Activity- North has a requirement to purchase: 1Leisegang Colposcope OptiK Model 2 220V Or Equal must equal or exceed the salient characteristics described below. You must fill out the OR Equal attachment to be considered. 13 Step Magnification (3.75x, 7.5x, 15x) 2300mm Working Distance 3LED Lighting 424,000 Lux 50.5" CCD optimized 6Heavy Weight Rolling Swing-0-Matic Base 7Stand Alone CerviPATH Patient Management System 815 Mega Pixel Digital Video Camera,Canon 500D Rebel T1i, battery, charger, USB wire, A/C adapter 220V 9Digital Video Camera Utilizes USB 2 Technology 110/220V 10Integrated Laptop Design- Smaller Footprint 11Integrated Flat Screen Technology 12lnfared Red Printer Connection 134,800 DPI Photo Quality Printer 110/220V 220V 14Pentium 4 Computer with Windows XP, & 40GB Hard Drive 110/220V 15Software: CerviPATH Patient Management System 16Wired remote 17Three Standard Reports 18Multiple Page Reports 19Manually register Image Magnification at time of Capture 20Password Driven Permissions, create, review, modify, release, or lock the clinical exam reports Fully encrpted and protected folder mail and image mail functions 21Multiple Filters available for image enhancement 221.0" Swing Shipping shall be FOB destination and included in your quote, and delivery is to be completed 30 days after the receipt of the award. Delivery Address: ULTIMATE DESTINATION: M/F: 48TH MDSS/SGSL NCOIC, MEMO 48TH MDSS/SGSL, UNIT 5210, BOX 230 APO, AE 09461-0230 CONSOLIDATION POINT: W1BG DLA DISTRIBUTION CONSOL AND CONTAINERZATION POINT NEW CUMBERLAND, PA 17070-5002 Quotations shall list your DUNS number, CAGE code, and Federal TIN with Company name, POC, email and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. The following Federal Acquisition Regulations clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors; FAR 52.212-3, 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; within FAR clause 52.212-5, the following clauses are applicable; 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.232-33, 52.222-35, 52.222-36, 52.222-37, 52.223-18. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference; Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; within DFARS 252.212-7001, the following clauses apply: 252.225-7001, 252.232-7003, 252.247-7024. Full text of the above FAR and DFAR clauses can be found at http://farsite.hill.af.mil/. DEADLINE: Quotes are due on 08/16/2012 @ 1PM EST. Submit quotes and questions to the attention of Jeremy.d.michaels@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W991YTZ12T0247/listing.html)
- Place of Performance
- Address: M/F: 48TH MDSS/SGSL NCOIC, MEMO, 48TH MDSS/SGSL, UNIT 5210, BOX 230 APO AE
- Zip Code: 09461-0230
- Zip Code: 09461-0230
- Record
- SN02888365-W 20120920/120919002420-16461ad37153cdd29ac8ea67e3270aa6 (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 |