Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

65 -- Brease Biopsy Unit

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-T-0256
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N62645-07-T-0256. Quotes are due not later than 3:30 P.M. EST on 07 September 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 423450 (Size Standard - 500 Employees for purposes of reporting contact action). This synopsis/solicitation is a 100% Small Business Set-Aside. All qualified vendors able to provide system described below are encouraged to submit a quote. TECHNICAL REQUIREMENTS: The Naval Medical Logistics Command seeks to purchase from a responsible vendor two (2) Breast Biopsy Devices. Specifically, the devices shall conform to FDA certification and shall be in compliance with the Navy?s 3-M Manual, OPNAVINST 4790.4D. All systems offered shall be complete. Warranty information shall be included in the Technical Quote. All items are to be shipped to Naval Hospital Great Lakes, IL. The technical documentation from offerors of models must meet the salient physical, functional and performance characteristics described below. Models are required to provide sufficient descriptive literature to allow for a thorough evaluation of quotes. Failure to provide an answer to each characteristic described below may result in an unacceptable quote. Quotes shall provide proof that the product offered meets the characteristics described below. A copy of the operator and service manuals shall be included for evaluation. SALIENT PHYSICAL, FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: The requirement is for the purchase of two (2) Breast Biopsy Units that are able to perform breast biopsies using Ultrasound Scanners (UsS) for the imaging source, Stereotactic Mammography Systems (SMS), and Magnetic Resonance Imaging (MRI) systems for the Naval Hosptial Great Lakes, IL. The items must be a handheld, self-contained, vacuum assisted breast biopsy units with an internal power supply and vacuum source; items must be portable to and compatibly with the above mentioned systems. Power source will be a rechargeable Lithium Ion Battery 7.2 nominal voltage. Needle gauge and needle length options: 14G x 116mm length, 14G x 138mm length, 10G x 118mm length, 10G x 140mm length; dual motion cutting blades; adjustable sample chamber; 10mm or 20mm; Stroke: 20mm; vacuum tube length: less than 8cm; overall device dimension with loaded probes: less than 40cm L x 3.9cm H x 4.2cm W. EVALUATION FACTORS FOR AWARD: The best value evaluation shall be based on the following factors: 1) Technical Acceptability ? must meet or exceed the salient physical, functional and performance characteristics. 2) Maintainability/Reliability of the product ? product to have an established maintenance schedule of two (2) or less annually. 3) Price. Evaluation of price will be based on the offeror?s total price for all line items shown below. [Note: Quotes will be evaluated for acceptability, but not ranked and no trade-offs permitted]. The lowest priced technically acceptable offeror for this requirement will represent best value to the Government. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Shipping shall be FOB Destination. Business quote shall specify the Total Price for each line item and will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, i.e. what a prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. SUPPLIES/SERVICES AND PRICES: Line Item 0001 ? Vacuum Assisted Drive System (to include: biopsy probe 10g x 118mm, coaxial & introducer 10g x 118mm and carrying case), Qty of 2 each Line Item 0002 - Biopsy Probe, 10g x 118mm, Qty of 60 each Line Item 0003 ? Coaxial Cannula for 10g x 118mm, Qty of 25 each INFORMATION TO BE INCLUDED IN BUSINESS QUOTE: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. SUBMISSION OF OFFERS: Submit email quotes (using PDF, MS Word, Excel attachments) to Debra Walker-Sykes at debra.walker-sykes@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Debra Walker-Sykes. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST on 07 September 2007. Address questions to Debra Walker-Sykes by email only NLT 3:30 P.M. EST on 04 September 2007.
 
Place of Performance
Address: NAVAL HEALTH CLINIC GREAT LAKES, 3001A 6TH STREET, BLDG 200-H, GREAT LAKES, IL
Zip Code: 60088
Country: UNITED STATES
 
Record
SN01383243-W 20070825/070823222426 (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.