Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

65 -- CO2 Laser System for Darnall Army Medical Center at Fort Hood, Texas

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0008T0178
 
Response Due
8/8/2008
 
Archive Date
10/7/2008
 
Point of Contact
Tracey Roberson, 210-221-4811
 
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. Solicitation W81K00-08-T-0178 is issued as a request for quotation(RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is under NAICS code 339112. The requirements in this solicitation are: CLIN 0001, 1 each UP Encore Surgical Pack or 120V #0642-407-01, CLIN 0002, 1 each #KT-0010240 Digital Acublade Kit for UPST, No Acuspot, New GA CLIN 0003, 1 EA #AA2377300 15201 Pharygeal Handpiece Set (Snoring Han) and CLIN 0004, 1 EA #AA2603300 FPA 14630 Starter Kit For Nasal Surgery. Federal Acquisition Regulation (FAR)Clause 52.211-6 Brand Name or Equal applies to this acquisition. The Encore CO2 Laser System is used for cutting, ablating and coagulating tissue with minimal or no charring of tissue. The laser shall have a wavelength of 10.6 microns. Pulsed laser output with a pulsewidth of 2 milliseconds or less. Pulse energies must be capable of reaching 225 milliJoules per pulse. The laser must be a sealed carbon dioxide tube. It must be RF (radiofrequency) excited and does not require an external gas source. The laser shall be capable of generating up to 60 Watts of average power in the pulse mode for all pulse energies. The laser and system accessories must permit spot sizes of 0.16 mm to 2.25 mm. The user must be able to adjust the repetition rate of pulse delivery from 1 to 1000 pulses per second (Hz). The laser exposure time can be fixed and shall be selectable in a range of 1 millisecond to 1 second. The laser shall have a red aiming beam with a continuously adjustable intensity up to 5.0 milliwatts and a circular beam profile. The unit shall have a delivery system capable of reaching over and into a sterile surgical field by having a vertical height of at least 65 inches and a horizontal reach of 44 inches. The system should have specifically designed handpieces for ENT (larynx, nasal,uvula, tonsil, bronchi, tympanic membrane, stapes, etc) GYN (colposcopy, lapraroscopy), Neurosurgery (microsurgery), General Surgery and Aethethic (blepharoplasty), endoscopic, skin resurfacing etc.) There will be a trade in of the Laser Microlaryngeal Surgical CO2 (Model no. Sharplan 1050) laser for a trade in credit allowance. The manufacturer of this laser is Laser Diagnostic Technologies, Inc. The ECN# 0E5534 and the item ID# 651501C451258. Contractor must be able to accept payment by Wide Area Workflow. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. Delivery, 30 days after receipt of order, shipping shall be FOB destination to Darnall Army Medical Center, 36000 Darnall Loop, Fort Hood, TX 76544-4752. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: (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 quotes: Technical capability, past performance and price. (b) Provide the following information with your quote: 1.Technical Capability: If providing an equal product(s), quotes must comply with FAR provision 52.211-6, Brand Name or Equal. 2.Past Performance. Attached to this solicitation is a Past Performance Questionaire to be completed by three customers of the same or similar products. Vendors are responsible for ensuring completed questionaires are submitted to the Great Plains Regional Contracting Office by the RFQs closing date and time (see address and point of contract information at the end of this RFQ). 3.Price (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. (d) Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1.The award decision will be based upon the best value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 2.Technical and Past Performance, when combined, are substantially more significant than Price. However, Price could become the determinative selection factor if the quality is determined not to be worth the high price premium. The tradeoff between technical merit and price could result in awarding to other than low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 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, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]; 52.222-50[Combat Trafficking in Persons]. The closing date and time of this solicitation is 8 August 2008, 03:00 P.M. Eastern Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Emailed quotes to Tracey.Roberson@amedd.army.mil or fax quotes to Great Plains Regional Contracting Office (210) 221-3446 or 210-221-5359. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Tracey Roberson, phone (210) 221-4811; e-mail Tracey.Roberson@amedd.army.mil. The Great Plains Regional Contracting Office is conducting a competitive acquisition. The offeror has identified you as a reference to validate the offerors past performance. Please complete the following questionnaire to assist our evaluation of the contractors past performance. Fax to (210) 221-3446/5359, Attention Tracey Roberson or email completed questionnaire To: Tracey.Roberson@amedd.army.mil Past Performance Questions Name of Contractor being evaluated: ___________________________ 1. How long has your company had a contract with this contractor? ___________________ 2. Type of service being provided? ______________________________________________ 3. Where is the location of this service? __________________________________________ 4. What is the contract number? _________________________ 5. What is the contract dollar value? ______________________ 6. How many Full time Equivalents (FTE) are on the contract? _______________________ 7. What is the contractors historical (cumulative during the past 12 months) fill rate% for this requirement?_________ 8. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain _________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 9. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ 10. Business/Customer Relations - Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customers interest. (1) Superior___(2) Satisfactory___(3) Marginal___(4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ Rating System: (1) Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. (2) Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3) Marginal - Performance does not meet some contractual requirements. The contractors proposed actions to correct any problems appear only marginally effective or were not fully implemented. (4) Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature: _______________________ Date:_____________________________ Print Name: ______________________ Company: _________________________ Title: ___________________________ Telephone: _________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bed3cac65d9ff7b8ac13e06df6791090&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Bldg 2539 Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01629631-W 20080803/080801223750-bed3cac65d9ff7b8ac13e06df6791090 (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.