Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

65 -- Digital X-Ray Scanner, Brand Name or Equal, Installation, One Year Warranty

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH81990750
 
Response Due
9/4/2008
 
Archive Date
11/3/2008
 
Point of Contact
MAJ Robert J. Strob, 210-916-6973<br />
 
Small Business Set-Aside
Total Small Business
 
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 W74MYH81990750 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 100% Small Business Set-Aside under NAICS code 334517. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Company Faxitron X-Ray, Brand Name or Equal applies as follows: Quantity: 1 each: EZ-240 Digital X-Ray Scanner.VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: 1. Digital Scanner must be compatible and integrated with a Faxitron film cabinet model 43855C. The compatibility and integration must not incur any retrofitting to the Faxitron cabinet model 43855C. Definition of integration and compatibility mean able to plug the digital scanner into the cabinet model 43855C seamlessly. The RFQ must cite that the companys digital scanner can integrate with the Faxitron Cabinet Model 43855C without any retrofitting. 2. Digital Scanner must provide an imaging area of 9.25 x 9.25. In addition to these salient characteristics the digital scanner must include image processing software and a flat panel monitor. The request for quotation (RFQ) also requires a quoted price for 1 each: Installation of the digital scanner by a factory trained and authorized service representative that includes travel and one day of labor. 3. One Year Warranty on the Digital Scanner. Delivery Date on or before 30 September 2008. Shipping Method: FOB Destination to Armed Forces Institute of Pathology Armed Forces DNA Identification Laboratory 1413 Research Blvd. Bldg 101, Rockville, MD 20850. Vendor shall indicate on their price quote if shipping method will be other than FOB destination. Vendors shall comply with FAR 52.211-6, Brand Name or Equal, if submitting other than the brand name products. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. 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: The following factors will be used to evaluate quotes: 1. Technical Acceptability/Capability: In order to be considered technically acceptable/capable, vendors must demonstrate that all items proposed (if other than brand name) meet or exceed the salient characteristics listed above. **Of critical technical acceptability is the key salient characteristic of the digital scanner being compatible with the Faxitron 43955C without any retrofitting of the equipment 2. Price. All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and Price, with Technical Acceptability/Capability being significantly more important than Price. 3. Small Businesses: This acquisition is a 100% small business set-aside.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 52.219-6 Notice of Total Small Business Set-Aside, 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]; The closing date and time of this solicitation is 28 August 2008, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to robert.strob@amedd.army.mil or Fax quotes attention MAJ Rob Strob, Contract Specialist Fax # 210-221-5402. 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: MAJ Rob Strob, Contract Specialist, telephone 210-221-4146 and e-mail robert.strob@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96c92cccca4be68f5248962cd1ec1df3&tab=core&_cview=1)
 
Place of Performance
Address: Armed Forces Institute of Pathology Armed Forces DNA Identification Laboratory 1413 Research Blvd. Bldg 101 Rockville MD<br />
Zip Code: 20850<br />
 
Record
SN01653305-W 20080829/080827222510-96c92cccca4be68f5248962cd1ec1df3 (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.