Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOLICITATION NOTICE

65 -- Sonosite Ultrasound EDGE L1400-Portable System, plus Accessories (Brand Name or Equal)

Notice Date
6/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F14T0032
 
Response Due
7/7/2014
 
Archive Date
8/6/2014
 
Point of Contact
Domenico Maddaloni, 011496371596454
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni.ln@mail.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. Solicitation number W9114F-14-T-0032 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase 1x Sonosite Ultrasound EDGE L1400-Portable System plus Accessories (Brand Name or Equal), to include On-Site training at the Lanstuhl Regional Medical Center (LRMC), Landstuhl Germany. The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Sonosite Ultrasound EDGE L1400-Portable System, for point-of-care ultrasound visualization, SonoSite Inc.. (Brand Name or Equal) to include On-Site training at the Landstuhl Regional Medical Center (LRMC). Qty 1 Line Item 0002 Battery EDGE (Brand Name or Equal) 11.25 Volt, 5.2 amp-hour, rechargeable lithium-ion battery, compatible with item in CLIN 0001. Qty 1 Line Item 0003 Color Application Software Package EDGE (Brand Name or Equal), compatible with item in CLIN 0001. Qty 1 Line Item 0004 SonoMBe EDGE software (Brand Name or Equal), compatible with item in CLIN 0001. Qty 1 Line Item 0005 Transducer 5-2 MHZ Biopsy - C60x/5-2 MHz multi-frequency, broadband, 60mm curved array transducer for general purpose, compatible with item in CLIN 0001. Qty 1 Line Item 0006 Transducer 13-6 MHZ Biopsy - HFL38X/13-6 MHZ multi frequency, broadband, 38mm linear array transducer for small parts, breast vascular, nerve, IMT, musculoskeletal and venous, compatible with item in CLIN 0001. Qty 1 Line Item 0007 EDGE Stand (Brand Name or Equal), to include at a minimum, four transducer holders, locking wheels, storage basket, power supply, compatible with item in CLIN 0001. Qty 1 Line Item 0008 Power Supply, Universal Supply (50-60Hz, 100-240 VAC) for charging battery and powering. Compatible with item in CLIN 0001. Qty 1 Line Item 0009 Triple Transducer compatible with item in CLIN 0001, shall at a minimum, allow connection of up to three transducers simultaneously with the system. Qty 1 Line Item 0010 Carry Case, Provides ability for easy transportation protection and quick access to the system and accessories. Qty 1 Line Item 0011 Shipping charges, traceable shipment, door-to door to: Landstuhl Regional Medical Center (U.S. Krankenhaus) ATTN: PMB - Ms Anne Braxton, BLDG 3739, 66849 Landstuhl. Qty 1 Line Item 0012 Transducer 13-6 MHZ - SLAx/13-6 MHZ Transducer 26mm boradband linear array for vascular, venous, nerve superficial and musculoskeletal exams, compatible with item in CLIN 0001. Qty 1 All vendors must quote to include On-Site Training and Shipping charges to the place of delivery and acceptance: U.S. Army Landstuhl Regional Medical Center Building 3739 66849 Landstuhl, Germany The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract - FEB 2000 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011 52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-29 F.O.B. Origin - FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - SEP 2013 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.216-7009 Allowability of Legal Costs Incurred in Connection With a Whistleblower Proceeding SEP 2013 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program DEC 2012 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviations 2014-O0009 - FEB 2014 252.225-7042 Authorization to Perform APR 2003 252.229-7001 Tax Relief (JUN 1997) Alternate I (JUN 1997) 252.244-7000 Subcontracts for Commercial Items JUN 2013 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 Quoter shall submit written narratives that will demonstrate how their product(s) meet the salient characteristics below. If a quoter submits an Equal Product, quoter shall explain how the offered product meets the Brand Name product salient characterstics. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. LINE ITEM 0001 Sonosite Ultrasound EDGE L1400-Portable System, for point-of-care ultrasound visualization, SonoSite Inc.. (Brand Name or Equal) to include On-Site training at the Landstuhl Regional Medical Center (LRMC) shall, at a minimum, include: Imaging Modes and Processing Imaging Modes: - 2D / Tissue Harmonic Imaging / M-Mode - Velocity Color Doppler / Color Power Doppler - PW, PW Tissue, Doppler and CW - Doppler angle, correct after freeze Image processing - SonoADAPT (Brand Name or Equal) Tissue Optimization - SonoHD2 (Brand Name or Equal) Imaging Technology - Advanced Needle Visualization - Dual Imaging, Duplex Imaging, 2x pan/zoom capability, Dynamic range and gain - ColorHD (Brand Name or Equal) Technology. Mounting Options - Transducer and gel holders - Optional Triple Transducer Connect (TTC) to quickly activate transducers electronically - Optional foot switch User Interface and Programmable Controls - Softkeys to drive advanced features - Programmable A and B keys: each can be assigned by the user for increased ease of use - Sililcone splash resistant sealed QWERTY keyboard - Track pad with select key for easy operation and navigation - Doppler controls: angle, steer, scale, baseline, gain and volume - Image acquisition keys: review, report, Clip Store, save - Dedicated AutoGain and exam keys to allow quick activation - Color controls: size/position, angle, scale, baseline and ivert Onboard Image and Clip Storage/Review - 8GB internal Flash memory: Can store 30,000 images or 960 two-second clips - Clip Store capability (maximum single clip length: 60 seconds) - Clip Store capability via either number of heart cycles (using the ECG) or time base - Maximum storage in ECG beats mode is 10 heart cycles - Maximum storage in time base mode is 60 seconds - Cine review up to 255 frame-by-frame images Power Supply - System operates via battery or AC power - Rechargeable lithium-ion battery - AC: universal power adapter, 100-240 VAC, 50/60 Hz input, 15 VDC output External Data Management and Wireless - SonoSite Workflow Solutions (SWS ) (Brand Name or Equal): Streamline exams management for billing, credentialing, archive & EMR Integration - 8GB Internal non-volatile memory, 60,000 images - PC/Mac export configuration - Export BMP, JPEG or DICOM images to a USB device - Storage capacity alert if internal storage memory is less than 10 % Connectivity - S-video (in/out) to VCR for record and playback - DVI output - Composite video output (NTSC/PAL) to VCR or video printer - Audio output - Integrated speakers - Ethernet or wireless image/data transfer - USB ports (2) - RS-232 transfer - DICOM Image Management(Brand Name or Equal): Store, Print, Storage Commit, Modality Worklist, MPPS Transducers - Broadband and multifrequency: linear array, curved array, phased array, multiplane TEE, micro-convex - Single frequency: cardiac static pencil Sonosite Ultrasound EDGE L1400-Portable System, for point-of-care ultrasound visualization, SonoSite Inc.. (Brand Name or Equal) to include On-Site training at the Landstuhl Regional Medical Center (LRMC) shall, at a minimum, include: Two copies of the Operator's Manuals in English Two copies of the Maintenance Manuals in English Display and control labels will be in English Statement of warranty terms and conditions in English FDA approved, 510K compliant as required. Products quoted shall be new and not a used or re-manufactured product. 5 Years-Standard Coverage-Warranty On-Site Training. Factory-trained Technician required to be on site at destination, Landstuhl Regional Medical Center (LRMC), no later than 10 working days from the arrival of the equipment, to train staff in the use and maintenance of the device. LINE ITEM 0002 Battery EDGE (Brand Name or Equal) 11.25 Volt, 5.2 amp-hour, rechargeable lithium-ion battery, compatible with item in CLIN 0001. LINE ITEM 0003 Color Application Software Package EDGE (Brand Name or Equal), compatible with item in CLIN 0001. LINE ITEM 0004 SonoMBe EDGE software (Brand Name or Equal), compatible with item in CLIN 0001. LINE ITEM 0005 Transducer 5-2 MHZ Biopsy - C60x/5-2 MHz multi-frequency, broadband, 60mm curved array transducer for general purpose, compatible with item in CLIN 0001. LINE ITEM 0006 Transducer 13-6 MHZ Biopsy - HFL38X/13-6 MHZ multi frequency, broadband, 38mm linear array transducer for small parts, breast vascular, nerve, IMT, musculoskeletal and venous, compatible with item in CLIN 0001. LINE ITEM 0007 EDGE Stand (Brand Name or Equal), to include at a minimum, four transducer holders, locking wheels, storage basket, power supply, compatible with item in CLIN 0001. LINE ITEM 0009 Triple Transducer compatible with item in CLIN 0001, shall at a minimum, allow connection of up to three transducers simultaneously with the system. LINE ITEM 0012 Transducer 13-6 MHZ - SLAx/13-6 MHZ Transducer 26mm broadband linear array for vascular, venous, nerve superficial and musculoskeletal exams, compatible with item in CLIN 0001. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. ADDENDUM TO FAR 52.212-2 The Government will award a Purchase Order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that meets the Government's Salient Characteristics identified in the solicitation. UNACCEPTABLE: A quote that fails to meet the Government's Salient Characteristics identified in the solicitation. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at https://www.sam.gov/. All quotes are due by July 7th 2014, before 02:00 pm Central European Time. Offers may be sent via email to domenico.maddaloni.LN@mail.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 9464 5414 or at domenico.maddaloni.LN@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F14T0032/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03387500-W 20140607/140605235934-710c2483264baa6dc46f89e5ee37484a (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.