Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

65 -- Ultrasound Mamograph System

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-09-T-C0039
 
Archive Date
4/25/2009
 
Point of Contact
Diana G Burchfield,, Phone: 210-671-1743
 
E-Mail Address
diana.burchfield@lackland.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with 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 procurement is being issued unrestricted. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32 and DFARS Change Notice 20090115. The North American Industry Classification System (NAICS) code is 334510 and the size standard is 500 employees. Solicitation number FA3047-09-TC0039 is issued as a request for quotation (RFQ). This is a Brand Name Requirement to purchase one (1) Philips IU22 Ultrasound Mamograph System in accordance with FAR Part 6.302-1(c), Application for Brand Name Descriptions. The brand name justification is as follows: The system must be compatible with existing IU22 Ultrasound units currently utilized in the AF hospital to ensure compatibility. Parts or tranducers can be interchanged in a timely manner preventing delay in patient care. Radiologists and staff technologists are already trained in the software and application usage for the IU22 Ultrasound System. The equipment must meet current HIPPA privacy standards. The system must be configured for breast imaging. The following is a list of the government's minimum requirements for the Phillips IU22: Ergonomics: Fully articulating flicker-free 20-inch wide resolution flat panel TFT/S/IPS display with nearly infinite positioning adjustments. Fully articulating control panel, including height, swivel and slide. Easy access transducer connectors and integrated cable storage. Four wheel swivel and swivel/brake lock control. Architecture: xSTREAM system architecture with capability of processing multiple data streams simultaneously built for 2D, 3D, 4D, MPR, Live Volume Imaging and Live xPlane imaging. Next generation digital broadband acqustic beamforming, built for latest pulse shaping and coding techniques. Dynamically scalable digital channels to 57,000 designed to accommodate next generation of high frequency imaging and array configuration Next Generation Sono CT Real-Time Compounding, with Widescreen capability and up to 9 beamsteered lines of sight. XRES Adaptive Image Processing for noise and artifact reduction to improve tissue conspicuity fully independent, multiple mode Triplex operation. Transducers: Support new Explora family of transducers that feature ergonomic design with lightweight flexible cables, new low-loss technology, breakthrough frequency band widths and array configurations. Must come with the following transducers: L9-3, L12-5, and L15-17. Intelligent Control: High resolution interactive graphical color touch panel with adjustment for various ambient light conditions. Easy access primary controls with tri-state backlighting and multi-function controls. Pull-out alphanumeric keyboard for manual data entry. Automation: ISCAN intelligent one-button optimization in 2D and Doppler modes. IFOCUS intelligent focusing capability for one-button optimization of focal range size and position. IOPTIMIZE intelligent optimization technologies for one-button approach to instantly adapt performance for different patient sizes, flow states and clinical requirements. QuickSAVE User defined Programs (up to 45 per transducer). Data: On-board workstation-class data management with thumbnail previews and storage of images, loops and reports. Integrated DVD/CD burning capability for storage of DICOM images or export in JPEG and.avi for PC compatibility. DICOM 3.0 Print and Store capability to internal drive or DVD/CD. CLIN 0001: Item: IU22 Ultrasound System to include all Mfr Parts: 100600 IU22 Ultrasound System Complete Includes: NNAU845 IU22 Vision 2009 System NUSD331 Radiology Clinical Option Package NUSB801 Netlink DICOM 3.0 FUS7271 L9-3 Broadband Linear Array Transducer FUS7272 L12-5 50mm Broadband Linear Array Transducer FUS 7273 L17-5 Broadband Linear Array Transducer FUS7000 English Manual Promotional Discount Qty: 1 Unit of Issue: EA _______________ FOB: _______________ for delivery to 59 LS/MSLE, Attn: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror-Commercial Items. Addendum: The following paragraphs are tailored as follows: Para (c), Period for Acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 60 calendar days for the date specified for receipt of quotes. Pare (e), Multiple Offers. Multiple quotes will not be accepted. Interested parties may submit a written quote in accordance with FAR 52.212-1. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quoters must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible quoter submitting the quote that provides the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.219-1 Alt 1, Small Business Program Representations, FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-3, Protest After Award, FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.252-2, Clauses Incorporated by Reference, fill in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2), DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001(Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Written quotes are due no later than 10 April 2009, 1300 Central Standard Time (CST). Quotes must be mailed to POC: Diana Burchfield at 37 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-4882, or emailed to diana.burchfield@lackland.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3595dbb4247f0e94eb0044b4c181cbc3&tab=core&_cview=1)
 
Place of Performance
Address: 59 LS/MSLE, Attn: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01788769-W 20090410/090408220847-120356b947874b9062770c573d2d3084 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.