Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

65 -- Stryker Equipment Delivery System

Notice Date
2/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FM485282730299
 
Archive Date
2/27/2009
 
Point of Contact
Matthew Zavala,, Phone: 702-652-5354
 
E-Mail Address
matthew.zavala@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement FM485282730299 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. Set Aside: Total Small Business, NAICS Code: 423450, Small Business Size Standard: 100 Employees.. This is a commercial request for Stryker Equipment Delivery System. To furnish all labor, tools, parts, material transportation, and facilities to acquire: Equipment Delivery System (Manufactured by Stryker). This is a Brand Name purchase. Salient characteristics are as follows: CLIN 0001 Quantity: 1 PN: 682-000-853, 682-000-486 Visum 600 Surgical Light CLIN 0002 Quantity: 1 PN: 682-000-857, 682-000-540 Flat Panel/Visum 600 CLIN 0003 Quantity: 1 PN: 682-000-603SX 600MM Service Head, 8 Gases, 8 Electrical Outlets, and 3 Shelves CLIN 0004 Quantity: 1 PN: 682-000-976 BAM Arm Kit, Left CLIN 0005 Quantity: 1 PN: 682-000-171 Flat Panel Cable Kit CLIN 0006 Quantity: 2 PN: 100-000-665 Single High Resolution Cable CLIN 0007 Quantity: 2 PN: 100-111-314 75" S Video Cable CLIN 0008 Quantity: 2 PN: 678-000-541 DVI for Additional Source/Monitor CLIN 0009 Quantity: 2 PN: 100-000-047 Composite Cable CLIN 0010 Quantity: 2 PN: 100-224-180 HD 15/S-Video/BNC, Triple Gang CLIN 0011 PN: 888-8888-900 Engineering Services CLIN 0012 PN: 888-8888-920 Integration Installation Services CLIN 0013 PN: 682-000-010 Pre-Installation Kit CLIN 0014 INSTALL: Pre-Install work required to install Stryker I-Suite Systems CLIN 0015 Quantity: 4 PN: 682-000-LED LED Surgical Light Upcharge CLIN 0016 Quantity: 1 PN: 620-040-504 SIDNE Smart 40L Core Insufflator CLIN 0017 Quantity: 3 PN: 240-030-930 Visionelect Monitor CLIN 0018 Quantity: 1 PN: 240-040-000K NEC 40" LCD Monitor Kit Equipment Description: - Shall have the ability to integrate with other equipment in Stryker iSuite Operating Room. - Ability to run multiple PC applications from a single touch screen - Ability to use optional picture in picture features - Shall have high resolution and digital router - Shall have 12 RGB-HV inputs inputs and 14 RGB-HV outputs - Shall have 6 DVI inputs and 8 DVI outputs - Shall have 12 S-video inputs and 14 S-video outputs - Shall have 2 composite inputs and outputs - Ability to send 1280 x 1024 HD digital signals from the endoscopic camera to the flat panel while preserving native resolution/signal quality. - Uninterruptible power supply (UPS) is required and shall be provided by the vendor. - Shall include all necessary operators' literature/user's manual. Preferred Delivery: FOB Destination Please include the following in your quote: Delivery time, Warranty Information, DUNS #, Cage Code, Point of Contact Information. 52.225-2 Buy American Certificate. As prescribed in 25.109(a), insert the following provision: BUY AMERICAN CERTIFICATE (June 2003) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3(b) if their ORCA is current or submit a completed copy of FAR provision 52.212-3(c-m) if their ORCA is not current. The preference is to have a current ORCA. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to matthew.zavala@nellis.af.mil or you may fax them to the attention of SSgt Matthew Zavala at 702-652-9570. Please contact SSgt Matthew Zavala with any questions at 702-652-5354. Quotes are due on or before 2:00 pm Thursday, 12 February 2009, Pacific Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0036b0cde69941d2910cb6970946b742&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Nevada, 89115, United States
Zip Code: 89115
 
Record
SN01744906-W 20090207/090205215727-0036b0cde69941d2910cb6970946b742 (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.