SOLICITATION NOTICE
65 -- Veterinary X-Ray Machine
- Notice Date
- 2/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K02-18-T-0116
- Point of Contact
- Angela Dexter, Phone: 3604860708
- E-Mail Address
-
angela.a.dexter.civ@mail.mil
(angela.a.dexter.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 solicitation W81K02-18-T-0116 under GFEB PR 0011079554 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 (Surgical and Medical Instruments Manufacturing)) Size standard is 1000 This RFQ is being issued as Firm Fixed Price, 100% SET-ASIDE SMALL BUSINESS All responsible sources may submit a quotation which shall be considered by the agency. These urgent items/supplies are for use at Vet Cascade Branch Whidbey, Oak Harbor, WA 98278. All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. CLIN 0001 Veterinary X-Ray Machine - Quantity: 1 Unit Issue: EA (See outline specifications) CLIN 0002: INSTALLATION SERVICES, Quantity: 1, Unit Issue: EA Installation Services: 1) Installation and calibration of the system to factory Specifications. 2) Provide training to end users on the basic operation of the system. (2 hour maximum) immediately following installation. 3) 2-days of on-site Software training of end users immediately following installation. 4) Includes all related travel expenses, including meals. 5) Assumes lodging on or near the Base. 6) Labor warranty: a maximum of 2 service calls in the first year. 7) Above services are provided during normal business hours. Requirements (provided by others): a) Site is fully prepared for installation (existing system is removed, electrical service operational and permanent, floors finished, etc.) See separate installation guide. Veterinary X-Ray Machine - to be complete and on-site. c) Lodging available on or near the Base CLIN 0003: FREIGHT, Quantity:1, Unit Issue: EA Freight: Ground to NAS Whidbey Island, WA 98278 including lift gate truck Specification A. 20 kHz High Frequency Generator B. 30 kW rating C. Anatomical programming and 2 point technique selection D. kVp range: 40 - 125, in 1 kV increments E. Four mA stations: 50S, 100S, 100L, 300L F. mAs range: 0.2 - 400 mAs G. Display of kVp, mA and mAs H. Built-in tube protection I. Built-in self-diagnostics J. Adjustable volume, audible exposure signal K. Automatic generator "Shut-off" circuit L. 3k x 3k, 9 megapixel array M. Large 17" x 17" image field (43 x 43 cm) N. Scintillator: Gadox O. Dynamic range: 14 bit grayscale, over 16,000 shades P. Image resolution: 3.5 LP/mm minimum Q. Time to image: 10 seconds R. 4-way floating table top: 67 in. x 29 in. +/- 4 in. travel S. Enclosed table base with rounded corners for operator safety T. No-rust exterior U. Table top fluid trough V. Concealed power cables W. Step-up transformer L246 for operation from 1 phase, 208 VAC, 125 X. QXvue software: acquire images, image processing, viewing, manipulation and stitching Y. Acquisition monitor: 1920 x 1200 resolution, 24 in flat panel monitor, LCD color, DVI, 800:1 contrast ratio Z. Installation service required with purchase EVALUATION OF FACTORS: Award will be made based on Technical Acceptable Only. The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. Contractor must submit specification with the quote. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1; 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award SB Program Representation, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984), The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015), 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right -To-Know Information (May 2011);52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchase, 52.232-39 Unenforceability of Unauthorized Obligation (June 2013), 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013), 52.233-3 Protest After Award; 52.233-4 applicable Laws for Breach of Contract Claim (Oct 2004);52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy (July 1995), The following DFARS clauses apply,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);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: VET CASCADE BRANCH WHIDBEY ISLAND BLDG# 13 260 WEST PIONEER WAY OAK HARBOR WA 98278 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-18-T-0116 /listing.html)
- Record
- SN04834679-W 20180228/180226231217-77f7a4663b1350b798e6e293e86ad5ba (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 |