SOLICITATION NOTICE
65 -- Optical Coherence Tomography System
- Notice Date
- 7/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- USA MEDDAC - Fort Drum Contracting Cell, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- W91YTZ-17-R-0095
- Response Due
- 7/21/2017
- Archive Date
- 1/17/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is W91YTZ-17-R-0095 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-07-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Campbell, KY 42223 The NARCO - Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001: This is a total small business set-aside. Only quotes received from small business (as listed in the SAM database) will be considered for award. Blanchfield Army Community Hospital, Fort Campbell, KY has a requirement for an Optical Coherence Tomography System. OptoVue RTVue XR or equal. Equal items shall meet or exceed the below salient characteristics. XR System USCFG w/ CAM, 1 each. AC Power Cord, North America C13M, Straight not angled, 1 each. AngioVue Upgrade Kit, 1 each. TCP kit for RTVue XR Avanti (USCFG), 1 each. Optovue Dicom Module, 1 each. Kit ReVue Network License, 4 each. User ™s manual Salient Characteristics: 70,000 A-Scan per Second Anterior Segment Module; 9mm line scan length, can length, 3D cube, pachymetry map with 8 Radial scans and over 8,000 data points with a map showing detail. With automatic change analysis. Up to 3mm A Scan depth (depending on scan type) - vs 1.9mm 25% - 50% greater depth. Means vitreous and choroid in the same scan, not operator dependent to select. 304 x 304 vertical and horizontal line scan cube. -28 micron B-Scan spacing Densest scanned cube available. Wide field OCT - full 2.4mm deep X 12mm horizontal x 9 mm vertical images in less than 3 sec. MCT - Motion Correction Technology. Focal Loss Volume (FLV) Top 3 macula layers, NFL, Ganglion Cell Body & IPL layers Trend Analysis for Optic Nerve Head and Ganglion Cell Complex change over time TCP - Total Cornea Power Platform and Operating System for AngioVue OCT Angiography Equal items shall include product literature and photos that display the salient characteristics. Brand Name or Equal, 1, ST; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NARCO - Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. NARCO - Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c82972834d5cec773b9444263c9209f4)
- Place of Performance
- Address: Fort Campbell, KY 42223
- Zip Code: 42223
- Zip Code: 42223
- Record
- SN04572863-W 20170712/170710235318-c82972834d5cec773b9444263c9209f4 (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 |