Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

65 -- Retinal Analyzer

Notice Date
12/19/2008
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FM441882730051
 
Response Due
12/30/2008 12:00:00 PM
 
Point of Contact
Lauren M. Wilson,, Phone: 8439635166, Jacqueline Brown,, Phone: (843) 963-5166
 
E-Mail Address
lauren.wilson@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FM441882730051 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 423450 with a 500 employee size standard. (v) Contractors shall submit a quote for Qty:1 Each, retinal analyzer: Contractors shall supply an item that has the following characteristics: Up to 72° x 60° digital fundus images at 9.4 mega pixel resolution, as well as an actual SLO, B-scan slit images less than 0.7 degrees apart. Product should also provide a retinal thickness analysis at 1,400 - 3,200 data points. Also, product should be able to provide 2D and 3D retinal thickness maps, as well as dynamic 3D anatomy imaging through all scan volumes at real slit sections. Furthermore, retinal nerve fiber layer (RNFL) cross-section charts with temporal-to-temporal TSNIT analysis should be provided, in addition to peripapillary and optic nerve head (ONH) analysis with rim/cup measurement. Product should also supply automated progression analysis with deviation probability reporting, non-mydriatic capability (with 3+mm pupils), and remote viewer software for analysis and patient consultations. In addition, product should be EMR compatible. Essentially, the product should deliver comprehensive diagnosis of glaucoma, diabetic retinopathy, age related macular degeneration, and many other retinal pathologies - with speed, accuracy, and an intuitive user interface. Similar to the Marco RTA 5. Brand name or equal. (vi) Delivery for this acquisition is FOB Destination (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 offers: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; (FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-28, Post Award Small Business Representation • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.246-7000, Material Inspection And Receiving Report • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving • AFFARS 5352.201-9101, Ombudsman • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 30 Dec 08 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number FM441882730051 (xvi) Address questions to Lt Lauren Wilson, Contract Specialist, at (843) 963-5166, fax (843) 963-5183, email lauren.wilson@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email Jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3296f1a19632afaeb2bf64673fdb17f8&tab=core&_cview=1)
 
Place of Performance
Address: Charleston AFB, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01722468-W 20081221/081219220210-3296f1a19632afaeb2bf64673fdb17f8 (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.