Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

65 -- Kodak POC 260 Reader and Summit Innovet Select System

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-09-Q-0301
 
Archive Date
5/6/2010
 
Point of Contact
Katie Hughes,, Phone: 215-737-8560
 
E-Mail Address
Katie.Hughes@dla.mil
 
Small Business Set-Aside
N/A
 
Description
Description: Numbered notes 13 and 25 apply. 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 and a written solicitation will not be issued. SPM2D1-09-R-0301 is being issued as a Request for Quote (RFQ) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisitions.gov/comp/far/loadmainre.html; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; and http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement. All responsible sources may submit a quote that if timely received shall be considered by the agency. The Defense Supply Center Philadelphia request responses from qualified sources capable of providing Kodak Point of Care 206 Reader 60 plate per hour with installation of the Kodak equipment and 1 Summit Innovet Select System with installation of the Summit Innovet equipment to the Lyster Army Health Clinic in Fort Rucker, AL.. The equipment is being solicited as BRAND NAME or EQUAL to the Kodak and Summit equipment configuration listed below with the stated salient characteristics. Please note this CR system is for veterinary use and shall contain the identified veterinary software. Kodak Point of Care 206 Ready must contain all of the following brand name or equal to parts/accessories/warranties (13 total) as follows with the stated salient characteristics: 1. Quantity 1 EA - KODAK Point of Care 260 Reader 60 plate per hour Salient Characteristics: a) Must provide a hospital, medical clinic, private practice or remote imaging site access to high quality DICOM 3.0 digital images. b) Must provide a table top design for easy placement in selective rooms, or areas of an imaging center which will allow for an improved workflow with "Distributed CR" capability. c) Must offer offers full size plate scanning. (14 X 17, 14X14, 10 X 12, 8 X 10, Imaging Plates), Automatic plate loading and erasing in a single procedure d) Must offer DRR - (Dynamic Range Reconstruction) image processing and UM - (Unsharp Masking) image processing e) Must be DICOM Compliant f) Must provide Processing Capacity Avg 60 plates / hr. g) Spatial Resolutions (High Resolution) of 14 X 17 8.4 pixel / mm, 14 X 14 8.4 pixel / mm, 10 X 10 8.4 pixel / mm, 8 X 10 8.4 pixel / mm h) Grayscale Resolution 12 Bits / Pixel g) Dimensions with Cassette - W (720mm) x D (510mm) x H (320 mm); Weight - 40kg (90lbs.); Power - Single Phase 50 - 60 Hz, 120 - 240 VAC i) Must have FDA Approval. 2. Quantity 2 EA – KODAK Point of Care CR 14 X 17 Plate and Cassette 3. Quantity 2 EA – KODAK Point of Care CR 10 X 12 Plate and Cassette 4. Quantity 1 EA – KODAK Grid and Cap 14 X 17 5. Quantity 1 EA – KODAK Gird and Cap 10 X 12 6. Quantity 1 EA – KODAK Point of Care Acquire Basic Software – Includes Single Media Archive and offers: Point of Care CR Reader Interface, Procedure & Patient Information Input, Image Acquisition, Temporary Data Storage & Management, Image Manipulation, Communication and Data Input. Salient Characteristics: a) Must provide protocol-driven presentation and image processing that allows for auto-window/level, auto shutter, automatic layouts and automated image enhancement. b) Must include image manipulation tools used with PACS workstations. c) The Point of Care CR Reader Interface must allow for Acquisition Control and Testing and Calibration. d) The Procedure & Patient Information Input must allow for input via keyboard, application generated date and number of images, and certain fields to be set to default. e) Image Acquisition must acquire images automatically presented on the display, provide for image display normalized after acquisition as a thumbnail and full size image and allows for image to be accepted or rejected. f) The Temporary Data Storage & Management must allow for data to be searched by certain criteria, allow studies to be filtered and sorted and allow for single series delete, manual delete study and automatic delete (if study image does not meet set demographics). g) Image Manipulation must allow for zoom, pan, invert, orientation and magnify. It must provide line measurement tool, automatic window level based on DICOM-IOD, interactive and pre-set window level. f) The Communications and Data Input must have DICOM 3.0 Storage SCU, allow for configuration of device by authorized user by configuration menu and allow for images to be manually or automatically forwarded to a present DICOM destination. 7. Quantity 1 EA – KODAK Point of Care Standard Processing Workstation SFF Salient Characteristics: a) Intel Pentium 42.4GHz processor b) Motherboard must contain an Intel 845 Chipset. c) 4 Serial Ports, 1 parallel port, 2 PS2, 4 USB Ports d) 4 PCI, 1 Shared PCI/ISA, 1 ISA, 1 2/4X AGP Slots e) Integrated 10/100 Ethernet Controller f) Tower Chassis Small Form Factor g) 1.0GB DDR SDRAM (2GB Maximum) h) 80GB EIDE 7200 ULTRA ATA100 Hard Drive i) 56K Internal Modem j) 1.44MB Sony Floppy Drive k) Sony 40X/12X/48X CD-RW Drive l) Roxio EZ CD Creator Version 5.3 m) 104 key PS2 Keyboard n) Microsoft Optical Wheel Mouse o) Microsoft Windows 2000 p) pcAnywhere Host Version 10.5 q) Flat Panel 170+ LCD Display r) NVIDEA MX200 32MB Video Card s)3 year Parts and Labor Depot Warranty t) Technical Updates and end-of-life notifications 8. Quantity 1 EA – Onyx OR – Telerad Send Vet (Veterinary) Software Salient Characteristics: a) Q-manager Checksum and Resume b) Compression encryption; lossey, Lossless, J-Peg c) Autorouter d) DICOM IN/OUT e) Viewer with image manipulation tools f) Space Manager g) Temp. storage space h) Listener i) Database management 9. Quantity 1 EA – Onyx OR – Telerad Receive Vet (Veterinary) Software Salient Characteristics: a) Must include: Listener, Decompresses, DICOM In and Image manipulation tools 10. Quantity 1 EA- Service Engineer On Site Installation/ Training/ 1 Day Applications for Point of Care 11. Quantity 1 EA- Z Cart Salient Characteristics: a) Must have large wheels and hold CR Unit, Computer, Monitor, Cassettes and Plates. 12. Warranty – One-year parts and labor 13. Installation of all equipment required The Summit Innovet Select System must contain all of the following brand name or equal to parts/accessories/warranties (3 total) as follows with the stated salient characteristics: 1. Quantity 1 EA - Summit Innovet Select System Salient Characteristics: a) Integrated 60 Hz Generator to include kVp range: 40 – 125, 64 selections; mA stations: 100S, 300L; Timer Range: 1/120th – 1 second, 18 selections; MAs range:.8 – 300 mAs; Digital mAs readout; Digital kVp readout; Digital diagnostic readout; Tilt-out control panel; Built-in tube protection circuits; Adjustable volume, audible exposure signal; Automatic generator “Shut Off” circuit; SCR contractor; UL classified. b) Table / Tubestand with Enclosed, integrated radiographic table; Table top: 53 in. x 24 in; Welded base construction; Transformer mounting shelf; Grid cabinet with Simplex™ cassette tray; Grid: 8:1 ratio, 103 LPI; Grid cabinet / tubestand interlock; Animal restraining device; Angulation dial and deluxe operator handgrips; Tubestand handles; UL classified. c) X-Ray Tube (C458) with 1.0 – 2.0 mm F.S., 140,000 heat units with 90 degree horns. d) Cables (C600-10) with 10 ft. high voltage cables with federal terminations. e) Collimator (G800) with Manual collimator with light field; Swivel mount; Field light “on” time – selectable 30, 60, 90 or 120 seconds; Long life “soft-start” bulb circuits; Spare collimator bulb; Exceed federal standards for radiation leakage protection for medical systems. f) Exposure Switch (A981) with Foot switch with 20 ft. cord 2. Warranty – X-Ray System: 7 year parts (excluding collimator glassware); X-Ray tube: 7 years pro-rated; 1 year on Labor 3. Installation of all equipment required. FOB Destination. EXPEDITED DELIVERY IS REQUEST. Therefore, vendors submitting a response should provide their best estimated delivery time from the date of the award. Delivery will be requested to the following address: Ship to Address: Lyster Army Health Clinic Fort Rucker, AL 36362 Mark For: W31BMY-8191-ET54 Inspection/Delivery/Acceptance all at above address. All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these address(es): FAR: http://www.acquisition.gov/far/ DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-2 Evaluation—Commercial Items FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items Addendum to 52.212-4: The following paragraph(s) of 52-212-4 are amended as indicated below: 1. Paragraph(m), Termination for Cause. Delete paragraph(m) in its entirety and substitute the following: (m) Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails comply with any contract terms and conditions, or fails to provide the Government upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If this contract is terminated in whole or in part for cause, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $1155.00 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for cause following which the Government repurchases the terminated supplies or services together with any incidental or consequential damages incurred because of the termination. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. 2. Paragraph(t), Central Contractor Registration(CCR) Add the following paragraph: (5)Definitions. "Central Contractor Registration (CCR) Database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) Code means - (a) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (b) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Number System (DUNS) Number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D & B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) Number" means the DUNS number assigned by D & B plus a 4-character suffix that may be assigned by a business concern. (D & B has no affiliation with this 4-character suffix) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. "Registered in the CCR Database" means that - (a) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (b) The Contractor's CAGE code is in the CCR database; and (c) The Government has validated all mandatory data fields to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service, and has marked the records "Active." The Contractor will be required to provide consent for TIN validation to the Government as part of the CCR registration process. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR/DFAR/DLAD clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7000, Request Relating to Compensation of Former DoD; 52.203-7002, Request to Inform Employees of Whistleblower; 52.207-04, Economic Purchase Quantity Supplies; 52.209-06, Protecting the Governemnts Interest When Sub With; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-20, Walsh-Healey Public Contracts Act; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-20, Prohibition On Conducting Restricted Business; 52.232-01, Payments; 52.232-08, Discount for Prompt Payment; 52.232-11, Extras; 52.232-25, Prompt Payment; 52.232.33, Payment by Electronic Funds. Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. 52.204-07, Central Contractors Registration; 52.204-08, Annual Representations and Certs; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 252.204-7003, Control of government Personnel Work; 252.204-7004, Alternate A (52.204-7 Required CCR); 252.204-7007, Alternate A, Annual Representations and Certs; 252.211-7005, Sub For Military Or Fed Specification and Standards; 252.211-7006, Radio Frequency Identification (FEB 2007) DFARS; 52.211-9002, Priority Rating; 52.211-9003, Cond For Eval Of Offers Of Government Surplus Material; 52.211-9010, Shipping Label Requirements –MIL-STD-129P (MAY 2006) ALT I (AUG 2005); 52.211-9014, Contractor Retention of Traceability; 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS; 52.232-17 Interest (JUN 1996); 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop Work Order (AUG 1989); 52.242-17, Government Delay of Work; 52.243-01, Changes-Fixed Price; 52.244-06, Subcontracts For Commercial Items; 52.247-9012 Requirements for Treatment of Wood; Packaging Material (WPM) (JUL 2006) DLAD; 52.248-01, Value Engineering; FAR 52.211-5, Material Requirements; FAR 52.211-6, Brand Name or equal; FAR 52.211-14, Notice Of Priority Rating For Natl Defense; FAR 52.212-9000, Changes in Military Readiness; FAR 52.214-34, Submission of Offers In The English Language; FAR 52.211-9010 ALT I, Shipping Label Requirements Mil-Std-129; FAR 52.247-9012, Requirement for Treatment of Wood; FAR 52.211-9022, Superseded Part-Numbered Items; FAR 52.211-9023, Substitution of Item After Award; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.246-9007, Inspection and Acceptance at Destination; FAR 52.246-9019, Material and Inspection Report; FAR 52.246-9039, Removal of Government ID From Non-Accepted Supplies; FAR 52.247-34, F.O.B. Destination; FAR 52.219-28, Post-Award Small Business Program; FAR 52.239-9000, Y2K Compliance Notice; FAR 52.246-9P38, Warranty of Supplies (Commercial Items); DLAD 52.246-9053 Commercial Warranty; FAR 52.252-01, Solicitation Provision Incorporated By; FAR 52.252-02, Clauses Incorporated by Reference; FAR 52.252-05, Authorized Deviations In Provisions; FAR 52.252-06, Authorized Deviations in Clauses; FAR 52.253-01, Computer Generated Form; FAR 52.233-01, Disputes; FAR 52.233-03, Protests After Award FAR 52.233-04, Applicable Law For Breach of Contract Claim; FAR 52.233-9000, Agency Protests; FAR 52.233-9001, Disputes: Agreement To Use ADR; FAR 52.211-9011, BSM Delivery Terms and Evaluation; DLAD 52.215-9016 Notice to Contractors and Defense Finance Accounting Services (DFAS); DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items, In compliance with said clause, following additional clauses apply: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7036, Buy American Act-Free Trade Agreements – Balance of Payments Program; 252.227-7015, Technical Data Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing Of Contract Modifications; 252-246-700, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea. 252.247-7024, Notification of Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments: DFARS 252.246-7003, Notification of Potential Safety Issues Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all line items as delivered to Travis AFB. The following factors shall be used to evaluate offers in descending order of importance: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced) The offerors initial quote shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quoting Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the quote. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The quote shall specify the Total Price. Quotes will be evaluated for Completeness (all items are to be priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. The following information will be mandatory on your quote: correct RFQ number, vendor legal name and address (same as it appears in the Central Contractor’s Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Quotes shall be submitted by email or fax to Katie Hughes at Katie.Hughes@dla.mil/ Fax: (215) 737-8002. Quotes are due by 1:00 PM Eastern Time on 06 May 2009. Any questions must be addressed to Katie Hughes by email only no later then 10:00 AM EST on 05 May 2009. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef6643d735224b1d2f864312513d6066&tab=core&_cview=1)
 
Place of Performance
Address: Lyster Army Health Clinic, Fort Rucker, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN01808299-W 20090506/090504220546-ef6643d735224b1d2f864312513d6066 (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.