Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOLICITATION NOTICE

65 -- 6515 Combined Synopsis Solicitation for Sonosite Ultrasound System - Fort Gordon GA

Notice Date
8/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0015R6733
 
Response Due
8/25/2015
 
Archive Date
10/17/2015
 
Point of Contact
Jeanette Willoughby, 706-787-7960
 
E-Mail Address
Southern Regional Contracting Ofc
(jeanette.m.willoughby.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. The solicitation number is W81K00-15-R-6733. This acquisition is issued as a Request for Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The North American Industry Classification System Code (NAICS) for this procurement is: 339112 Size Standard: 500 Employees. The Federal Service Code is 6515. Proposals are being requested and a written solicitation will not be issued. This requirement is unrestricted. Eisenhower Army Medical Center, Fort Gordon, GA has a requirement for a Mobile Ultrasound System and various attachments and shipping cost. Item No. 0001: Ultrasound System 2EA Description: L 1400: Sonosite Edge High Resolution Ultrasound 1. All digital. 12 IN LED Display. 2. Software includes 2D Gray scale with sonomb multibeam technology 3.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ____________ Total: ______________________ Item No. 0002: Software 2 EA Description: 1.Supports tissue harmonic imaging 2.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ____________ Total: ______________________ Item No. 0003: Transducer 2 EA Description: 1.P07680:C60X/5-2 2.Biopsy compatible 3.MHZ Multi-frequency broadband 4.60 MM Curved Array for general purpose 5.Color Power Doppler 6.1-meter Drop-Test Durability 7.Maximum depth 30 CM 8.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ____________ Total: ______________________ Item No. 0004: Transducer 3 EA Description 1.P07690: ICTX/8-5 2.Intracavity 60 MM Curved Array Broadband 11 mm transducer 3.Supports 2D with sonome multi beam technology 4.Maximum depth 10 CM 5.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: _____________ Total: ______________________ Item No. 0005: Transducer 2 EA Description: 1.P07699-SLAV/13-6 MHZ 2.26 MM Broadband Linear Array 3.Maximum Depth 6.0 CM 4.Compatible with Steris System 1 5.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: _____________ Total: _______________________ Item No. 0006: Transducer 2 EA Description 1.P07693-HFL50X/15-6MHZ 2.50 MM Array 3.Multibeam technology 4.Auto gain capabilities 5.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ______________ Total: ______________________ Item No.0007: Stand 2 EA Description 1.L15800 Edge Stand 2.Ergonomic 3.Mobile work platform for ultrasound and transducers 4.Power supply 5.Mini dock 6.Accessory basket 7.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ______________ Total: _____________________ Item No. 0008: Printer 2 EA Description 1.P06293-SONY UP 897 2.Black and White Video 3.Medical Grade 4.Monochrome with interface cables 5.Worldwide Power(100V-240V/60HZ) 6.Video (NTSC/PAL) 7.North American Power Cord 8.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: ______________ Total: _____________________ Item No. 0009: Transducer 2 EA Description 1.P16536 Triple Transducer Connect 2.Quick Disconnect 3.Three-Transducer Module 4.Allows Connection up to transducers simultaneously 5.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Unit Price: _______________ Total: ________________________ Item No. 0010: Trade-In Allowance 2 EA Description of Trade-in equipment 1.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) 2. Unit Price: ____________ Total: _____________________ Item No. 0011: Operations Manuals 2 EA Description Unit Price: ____________ Total: _____________________ Item No. 0012: Warranty 2 EA Description 1.5 Year warranty 2.Standard coverage 3.Requesting Brand Name or equal. Reference 52.211-6, Brand Name or Equal (AUG 1999) Total Cost: ____________________ Grand Total: _____________________ THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute items that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. To be delivered FOB Destination to: Eisenhower Army Medical Center, Fort Gordon, GA. Bldg. 300 East Hospital Road Fort Gordon, GA. 30905 The following FAR Clauses and Provisions in their latest editions apply to this solicitation. This award will be solicited and awarded IAW FAR Parts 12 and 13. 52.212-1, Instructions to Offers-Commercial Items (APR 2014); (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) quote mark Remit to quote mark address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS +4 quote mark followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this Solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) Addendum 52.212-1: (m). All offerors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration Internet at https://www.sam.gov. Or the SAM Help desk at https://www.fsd.gov. The estimated date of award is August 27, 2015. All responsible sources should submit proposals to Kiah M. Washington via fax at (706) 787-6573 or e-mail: Kiah.Washington.civ@umail.mil by August 25, 2015, 3:30 p.m. EST. (n) 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 (DEC 2012); 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations-Representations (DEC 2014); 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far. 52.252-5, Authorized Deviations in Provisions (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. 252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011); 252.204-7011, Alternative Line-Item Structure (SEP 2011); 252.225-7035, Buy American- Free Trade Agreements- Balance of Payments Program Certificate (NOV 2012); 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0009) (FEB 2015); 252.209-7994, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law-Fiscal Year 2015Appropriations (Deviation 2015-O0005) (DEC 2014) 52.212-2, Evaluation -Commercial items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of provision) ________________________________________________________________ Addendum 52.212-2: Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). 52.212-3, Offeror Representations and Certifications--Commercial Items (MAR 2015) Alternate I (OCT 2014). 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014); Addendum to 52.212-4: (w) 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, Restrictions on Subcontractor Sales to the Government(SEP 2006) Alternate I (OCT 1995); 52.203-12, Limitations on Payments to Influence Certain Federal Transactions (OCT 2010); 52.203-17, Contractor Employee Whistleblower Rights And Requirements To Inform Employees of Whistleblower Rights (APR 2014); 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 (JUL 2013); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation With Authorities and Remedies (JAN 2014); 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 (JUL 2014); 52.222-36, Equal Opportunity for Workers With Disabilities (JUL 2014); 52.222-37, Employment Reports On Veterans (JUL 2014); 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions On Certain Foreign Purchases (JUN 2008); 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); 52.242-13, Bankruptcy (JUL 1995); 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 Work Product (APR 1992); 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 2014); 252.216-7009, Allowability of Legal Cost Incurred In Connection With A Whistleblower Proceeding (SEP 2013); 252.225-7012, Preference For Certain Domestic Commodities (FEB 2013); 252.225-7048, Export Controlled Items (JUN 2013); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7010, Levies on Contract Payments (DEC 2006); 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013); 52.222-40, Notification of Employee Rights Under The National Labor Relations Act (DEC 2010); 52.252-2, 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 quote mark (DEVIATION) quote mark after the name of the regulation. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013); 252.244-7000, Subcontracts for Commercial Items and Commercial Components ( DoD Contracts) (JUN 2013); 252.247-7023, Transportation of Supplies by Sea (APR2014); 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000); iRAPT (LC 5002); HIPPA (LC5001);FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0015R6733/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc ATTN: J.WILLOUGHBY, Bldg 39706 40th Street FORT GORDON GA
Zip Code: 30905
 
Record
SN03843033-W 20150820/150818235339-ee5c56749a455d69c43807f467816cd4 (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.