Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

65 -- Laser Unit, CO2

Notice Date
2/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V2300-0103
 
Response Due
3/8/2008
 
Archive Date
5/7/2008
 
Point of Contact
MElissa Kwiatkowski
 
E-Mail Address
Email your questions to Purchasing Agent
(melissa.kwiatkowski@ft-detrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR 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 solicitation RFQ-V2300-0103 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Melissa A. Kwiatkowski. The North American Industry Classification System (NAICS) number is 339112 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Small disabled veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is unrestricted. This requirement is manufacturer by SSI LASER ENGINEERING, INC. Listed below are the required line items for this solicitation: 0001 Ultra MD??? CO2 laser Unit- Ultra MD???40 Super Pulse Power to Tissue: 1-40 watts Wavelength: 10.6 microns Beam Geometry: TEMoo Laser Configuration: Sealed-off Control Panel: Microprocessor Control with Self-Calibration and Touch Screen Exposure Time: .05,.1,.2,.3.5,1.0 sec Super pulse: 1 to 20 Watts Aiming Beam: 5mW Helium-Neon laser, variable to .5Mw Spot Size: .10mm with 50mm handpiece .25mm with 125mm handpiece System Height: 69 3/4 inches Unfolded 64 1/2 inches Arm Reach: 59.0 inches System Weight: 190 lbs. Foot Print: 21.5x21.5 inches Electrical/Input Requirements: 8 AMPS/120 VAC 50/60 Hz 800 VA Cooling: Self-contained liquid to air Warranty: 3 year non-prorated tube, 1 year all parts MFR: SSI LASER ENGINEERING INC. MFR PN: MD40 or equal 1 EA ________________ _______________ 0002 Max 2000- Micro Dot Micromanipulator- (will generate a .1mm to .15mm spot size for ENT cases) MFR: SSI LASER ENGINEERING INC. MFR PN: Max 2000 or equal 1 EA ________________ _________________ 0003 TouchFocus Handpiece: Straight tip, backstop tip, laser adapter MFR: SSI LASER ENGINEERING INC. MFR PN: FB00106 or equal 1 EA ________________ _______________ 0004 Ultra Sure Scan Generator MFR: SSI LASER ENGINEERING INC. MFR PN: 20061 or equal 1 EA ________________ _______________ FOB destination delivery date of 30 April 2008 to 79 Medical Logistics, 1057 West Perimeter Road, Andrews AFB, MD 20762. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors 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: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 16,17,18, 19, 21, 29(i) and 37. 52.233-2, Service of Protest. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.233-1, Disputes; 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; 52.233-1, Disputes. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Melissa A. Kwiatkowski, no later than 4:00 P.M. eastern daylight time on 08 March 2008. Contact Melissa A. Kwiatowski, Purchasing Agent, at 301-619-7761 or FAX 301-619-3613 or by email at Melissa.kwiatkowski@AMEDD.army.mil.
 
Record
SN01509014-W 20080216/080214224203 (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  © 1994-2020, Loren Data Corp.