Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

65 -- OCULUS PENTACAM HR CAMERA

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W68MX382555681
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Larry Miller, 253-968-4378<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This a Combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation of Purchase Request # W68MX382555681 is issued as a request for quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 339115. The Size Standard for small business is 500 employees. This RFQ is being issued as a 100 % Total Small Business Set Aside. These items are for use at Madigan Army medical Center, Tacoma, WA 98431. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: Line Item 0001: Pentacam HR - 3 each; this item shall include Pentacam Scheimpflug Camera, x-y-z base, head and chin rest, Windows software, software module for one separate computer, power supply, USB cable, dust cover, electric table, computer, flat screen, wireless mouse, mini keyboard. Line Item 0002: Software, Pachymetry 3 each Line Item 0003: Software, Densitometry 3 each Line Item 0004: Software, 3-D Chamber Analyser 3 each Line Item 0005: Software, Corneal Topography 3 each Line Item 0006: Software, Contact Lens Fitting - 3 each Line Item 0007: 3D Cataract Analysis with Pentacam Nucleus Staging Display 3 each Line Item 0008: Software, Belin/Ambrosio Enhanced Ectasia 3 each Line Item 0009: Pahakic IOL Simulation Module Line Item 0010: Shipping Charges (if not FOB Destination) FOB Destination is preferred to Madigan Army medical Center, Tacoma, WA 98431. Pricing quoted shall include all applicable fees. Salient Characteristics for the Pentacam HR: The Pentacam HR is a rotating Scheimpflug camera which captures Scheimplfug images of the anterior eye segment. This technique provides sharp and crisp images that include information from the anterior corneal surface to the posterior crystalline calsule. The Pentacam HR calculates a three dimensional mathematical model of the anterior segment providing the following information: Anterior and posterior corneal topography and elevation maps; corneal pachymetry for limbus to limbus; 3D-Chamber analyzing (ACD-map, chamger angle, chamber crystalline lens and IOLs). Improved IOL-calculation for post LASIK, PRK AND RK patients. The Pentacam HR is the optimum analyzer for: Corneal refractive surgeons, cataract refractive surgeons, glaucoma screening and general scrrening. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) 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 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; (2) 52.212-2 [Evaluations] Evaluation process: All offers will be evaluated 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 Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.219-6 [Notice of Small Business Set aside]; 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]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-50 [Combating Trafficking in Persons]; and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions required to implement statues or Executive orders applicable to defense acquisitions of commercial items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.211-7003 [Item Identification and Valuation]; (9) 252.212-7010 [Levies on Contract Payments]; (10) 52.211-6 [Brand name or equal] Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product; (10) 252.211-7003 [Item Identification and Valuation]. The closing date and time of this combined synopsis/solicitation is 24 September 2008, 2:00 p.m. PST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Madigan Army Medical Center Bldg 9040A (Receiving Section) Fitzsimmons Tacoma, WA 98431-1100 United States Point of contact for this combined synopsis/solicitation: Larry Miller, email: larry.f.miller@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=23d194b6feff34764bb1940cd2d4d0c3&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01673185-W 20080919/080917220735-23d194b6feff34764bb1940cd2d4d0c3 (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.