SOLICITATION NOTICE
65 -- Notice of combined synopsis
- Notice Date
- 6/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-14-T-0156
- Response Due
- 6/18/2014
- Archive Date
- 8/10/2014
- Point of Contact
- Ruby Mejias, 360-486-9803
- E-Mail Address
-
Western Regional Contracting Office
(ruby.m.mejias.civ@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. 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 W91YU0-14-T-0156, issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-74. The associated North American Industrial Classification System (NAICS) Code for this procurement is 339112 (Surgical and Medical Instrument Manufacturing), Size standard is 500 Employees. This RFQ is being issued as Firm Fixed Price award. All responsible sources may submit a quotation, which will be considered by the agency. CLIN 0001 1 Each, Veterinary Digital Radiography Detector - Veterinary digital radiology detector must be able to install into an existing Summit Innovet Select X-ray machine in a fixed x-ray room of a veterinary hospital. Quote to include PC and monitor, appropriate image software, installation, service and support. System Specifications: (1) Digital Detector -14 quote mark x 17 quote mark image area -Amorphous silicon sensor -GOS scintillator -160 micron pixel pitch or better -2.6 Megapixels (1464x1776) or 9.5 Megapixels (2800x3408) -14 bit A/D (12 bit / 4096 gray scale) or better -Image display less than 10 seconds -DICOM 3.0 compatible -Appropriate power box, cables, remote switch, and other accessories as needed to interface x-ray machine with detector and image viewing PC -One year warranty parts and labor or better (2) Digital Acquisition Computer and Monitor -Office PC 4 GB RAM and 256 mb video or better -RAID 1 HD -500GB SATA HDD -16x DVD+/- RW or better -Windows 7 Professional or better -One year warranty parts and labor or better -22 quote mark touch screen monitor or better (3) Software: Appropriate installation, operating, and image viewing/enhancement/output software for digital detector (4) Installation: Install into the Bucky tray of an existing Summit Innovet Select X-ray machine (5) Training: Applications training by qualified technician (6) Shipping: No partial shipments are permitted unless specifically authorized at the time of award. (7) New Equipment ONLY: NO remanufactured or quote mark gray market quote mark items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of buy. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, lowest price. Sellers MUST enter exactly what they are quoting to include: make, model and description for their quote to be considered. The evaluated price will be total price of the quote to include section 1-7 of the system specifications. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. A. Equipment MUST install into an existing Summit Innovet Select x-ray machine in a fixed x-ray room of a veterinary hospital B. Equipment MUST meet minim specifications outlined in section 1-7 of the system specifications The full text version of FAR provisions and clauses may be accessed electronically at www.farsite.hill.af.mil. The following Provisions / Clauses are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1 Instructions to Offerors--Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications, 52.232-33 Payment by Electronic Funds Transfer--System for Award Management, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.247-34 F.O.B. Destination, 52.249-2 Termination For Convenience Of The Government (Fixed-Price), 52.249-8 Default (Fixed-Price Supply & Service), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Represent and Certification-Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clause, Local Clause 5002 Wide Area Work Flow Instructions All vendors will be required to submit invoicing through the Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must be registered in the System for Award Management (SAM's) to be eligible for award. The Sam's internet web site is http://www.sam.gov. Place of Delivery: USA MEDDAC FT LEONARD WOOD 126 MISSOURI AVENUE PBO, BLDG 310 FORT LEONARD WOOD MO, 65473-8952 ALL QUESTIONS & RFQ'S MUST BE SUBMITTED VIA EMAIL Contracting Office Address: Western Regional Contracting Office, 673 Woodland Square Loop, SE, Ste # 101 Lacey WA 98503-1056 Point of Contact(s): Ruby Mejias, (360) 486-09803, ruby.m.mejias.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-14-T-0156/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office 673 Woodland Square Loop SE Lacey WA
- Zip Code: 98503
- Zip Code: 98503
- Record
- SN03392509-W 20140613/140611235625-3537c4cc57c44f907dc7551653819830 (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 |